Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Res No 114-16-14669
and RESOLUTION NO b 114-16-14669 A Resolution authorizing the City Manager to purchase aFordF-150 Truck from Don Reid Ford Inc. WHEREAS,the newFordF-150will replace Truck#20-57,a 1999,4-door,FordF-250; WHEREAS,Truck20-57has exhausted itsusefullifeduetoits continued use throughout the past 17 years;and WHEREAS,the purchase of the newTruckwill eliminate the various costly repairs that Truck 20-57 will need,to continue its usefulness to the Department;and WHEREAS,this Truckis currently used for various assignments pertaining to the Public Works Department,including but not limited to,pickup and delivery of landscape materials, delivery of residential garbage containers,debris removal,transporting Divisional staff,moving Public Works supplies and equipment anduse during any hurricane/disaster relief;and WHEREAS,the PublicWorks Department willutilize funding from 2015/16 FiscalYear derived from cost savings from the purchase ofHeavy Equipment.Due to the cutoff date of 07/01/2016 the truck must be purchased at this time to meet the pending cutoff date;and WHEREAS,the City Manager wishes topiggybackonFlorida Sheriffs Association Contract No.15-13-0904 with Don Reid Ford Inc;and WHEREAS,the Cityof South Miami desires toutilize the Florida Sheriffs Association Contract under the Terms and Conditions as set forth in the solicitation agreement between Florida Sheriffs Association and Don Reid Ford Inc. NOW,THEREFORE,BEIT RESOLVED THE MAYOR ANDCITY COMMISSION OFTHECITY OF SOUTH MIAMI,FLORIDA: Section 1.The City Managerisauthorizedtoexpendan amount nottoexceed$36,000 withDonReidFord Inc.for the purchase of aFordF-150PickupTruck,charged to account number 301.1720.534.6440,CIP Accountwitha current balance of $57,633. Section 2.Severability.Ifany section,clause,sentence,or phrase of this resolution is forany reason heldinvalid or unconstitutional bya court of competent jurisdiction,this holding shall not affect the validity of the remaining portions of this resolution. Section 3.Effective Date:This resolution shall take effect immediately upon enactment. PASSED AND ENACTED this21stdav of June 2016. ATTEST:APPROVED: Pg.2 of Res.114-16-14669 READ AND -Proved as to form,COMMISSION VOTE:4-0 language',leg/lityameO Mayor Stoddard:Yea EXECOTfeNlJHEREOF 11 J Vice Mayor Welsh: Commissioner Edmond: Yeayj\Yea f\jp /\M"7j/^\p Commissioner Liebman:absent l^y^n\1/h^\Commissioner Harris:Yea 1TY ATTORNEY \WkAlSouth'Miami THE CITY OF PLEASANT LIVING CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM To: Via: From: Date: Subject: Background: Amount: Account: Support: The Honorable Mayor&Members of the City Commission Steven Alexander,City Manager Kelly Barket Jr.,Director of Public Works June 21,2016 Agenda Item No.:AA-c<iq) AResolutionauthorizingtheCity Manager to purchaseaFord F-I50 Truck from Don Reid Ford Inc. The new Ford F-I50 willreplace Truck 20-57a 1999,4-door,Ford F- 250.Truck 20-57 has exhausted its useful life due to its continued use throughout thepast 17 years.Thepurchaseof the new Truck will eliminatethevariouscostlyrepairsthat Truck 20-57willneed,to continue itsusefulness to the Department.This Truck is currently used forvariousassignments pertaining to the Public Works Department, including butnotlimitedto,pickupanddelivery of landscape materials, deliveryofresidential garbage containers,debrisremoval,transporting Divisional staff,movingof Public Works supplies&equipment anduse duringany hurricane/disaster relief. The Public Works Departmentwillutilize funding fromthe 2015/16 Fiscal Yearderivedfrom cost savings fromthepurchaseofHeavyEquipment Due to the cutoff date of 07/01/2016 the truck must bepurchasedatthis time to meet the pending cutoff date. The City Manager wishesto piggyback on Florida Sheriffs Association Contract No.15-13-0904 withDonReidFord,Inc.The City of South Miami desires to utilize the Florida Sheriffs Association Contract under the Terms and Conditions as set forthin the solicitation agreement between Florida Sheriffs Association and Don Reid Ford,Inc. AResolutionauthorizingtheCity Manager to expend an amount not to exceed $36,000 with DonReidFordfor the purchase of aFord F-I50 Pickup Truck,chargedtoaccountnumber 301.1720.534.6440 (CIP). Not to exceed $36,000 Account No.:301.1720.534.6440 (CIP)hasa current balance of $57,633. Piggyback Contract withDonReid Ford,Inc. 6/16/2016 da Department ion or Corpor DetailbyEntity Name 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 •fov%&& 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.sunblz.wg/lnquiry/Cw 1/3 6/16/2016 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 Report Year 2014 2015 2016 Document Images Filed Date 02/12/2014 02/05/2015 01/21/2016 DetailbyEntityName 01/21/2016 -ANNUAL REPORT _View image in PDF format 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 Q2/16/2QQ4 -ANNUAL REPORT View image In PDF format j View image inPDFformat View image inPDF format ViewimageinPDFformat View image in PDF format View image inPDF format ViewimageinPDFformat View image in PDF format ViewimageinPDF format ViewimageinPDFformat View image inPDFformat View image inPDF format http://search.6unWz.OTgflnquiry/CorpwationSe^^2/3 2016 FLORIDA PROFIT CORPORATION ANNUAL REPORT DOCUMENT*290488 Entity Name:DONREIDFORD,INC. Current Principal Place of Business: 1875 S ORLANDO AVE MAITLAND,FL 32751 FILED Jan 21,2016 Secretary of State CC7078853663 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 Theabovenamedentitysubmitsthisstatementforthepurposeof changing Its registered office or registered agent,or both,In theStateof Florida. SIGNATURE:______ ElectronicSignatureofRegistered Agent Officer/Director Detail: Title P Name REID,RUSSELL Address 1875 S ORLANDO AVE City-State-Zip:MAITLANDFL Title V Name REID,DONALD LJR Address 1875 S ORLANDO AVE Clty-State-ZIp:MAITLANDFL32731 Title V Name REID,BRADLEY Address 1875 S ORLANDO AVE Clty-State-ZIp:MAITLANDFL 32751 Title ST Name LEVASSEUR,MELISSA A Address 1875 S.ORLANDO AVE. City-State-Zip:MAITLANDFL Title V Name REID,ROBERT Address 1875 S ORLANDO AVE City-State-Zip:MAITLANDFL32731 Date I herebycertifythatihe Information Indicated onthlareportor supplemental reportb trueand accurate andthatmy electronic signature shafthavethesamelegaleffectaaIfmadeunder oath;that Iaman officer ordirector ofthecorporation orthereceiver ortrusteeempowered to execute thla report as required by Chapter 607.Florida Statutes;andthatmynameappears above,oronan attachment withallother like empowered. SIGNATURE:MELISSA LEVASSEUR SECRETARY TREASURER 01/21/2016 ElectronicSignatureofSigning Officer/Director Detail CONTRACT FOR CITY OF SOUTH MIAMI PUBLIC WORKS %TON PICK-UP VEHICLE THIS AGREEMENT made and entered into this 3D day ofX/i^*-.20 /AbyandbetweentheCityofSouthMiami,aFlorida municipal Corporation by and through"kfcity xStorT referred t0 ^"City,,)3nd D0"Rdd F°rd'InC"<hereinafter referred to as WITNESSETH: «^7™™'the "Florida Sheriffs Association"solicited bids,pursuant to RFP#1S- 2£0904,for Police Rated,Administrative,Utility Vehicles,Trucks &Vans;and .....WHEREAS,the "Florida Sheriffs Association",after completing acompetitive bidding process,awarded a contract to Contractor,and WHEREAS,the City of South Miami desires to utilize the "Florida Sheriffs Association"Contract and pursuant to authority ofthe City ofSouth Miami's Charter. NOW,THEREFORE,the City and the Contractor,each through their authorized representative/official,agree as follows: 1.The City desires to enter into a Contract,under the same terms and conditions as set forth in the solicitation and the agreement between "Florida Sheriffs Association"and Contractor,pursuant RFP #15-13-0904 and Contract No.15-13-0904. 2.The City has reviewed the contract and agrees to the terms and conditions to be applicable to apurchase order to be issued by the City and further agrees to the fair and reasonableness ofthe pricing.Contractor hereby agrees to provide such goods and/or services,pursuant to the City's purchase order made during the term ofthis agreement,under the same pnce(s),terms and conditions as found in the solicitation documents and the response to the solicitation,pertinent copies of which are attached hereto as Attachment A and made a part hereof by reference,and the agreement and/or the award between the "Florida Sheriffs Association"and Contractor,pursuant RFP #15-13-0904 and Contract No.15-13-0904,acopy ofwhich,including any amendments and addendums thereto,is attached hereto and made a part hereof by reference. 3.All references in the contract between "Florida Sheriffs Association"and Contractor,shall be assumed to pertain to,and are binding upon Contractor and the City of South Miami.All decisions that are to be made on behalf of the "Florida Sheriffs Association,"as set forth in the "Florida Sheriffs Association"RFP #15-13-0904 and Contract No.15-13-0904,and its agreement with Contractor,shall be made by the City Manager for the City ofSouth Miami.The term ofthe contract,including all extensions authorized by the contract shall not exceed five years.Notwithstanding anything contained in the RFP #15-13-0904 and Contract No.15-13-0904 or the "Florida Sheriffs Association"contract to the contrary,this agreement shall be governed by the laws ofthe State of Florida and venue for all dispute resolutions or litigation shall be in Miami-Dade County,Florida. ThomasF.Pepe-01-11-16 Page1 of4 intheattached Attachment A. 5.Contract Price.The contract price for the good and services is set forth in the attached Attachment A.If not otherwise set forth in the "Florida Sheriffs Association" Agreement/Contract,the Contractor shall be paid upon delivery ofall the goods the completion ofall the services and after final inspection by the City that approves ofthe goods delivered and the work performed. 6.Grant Funding:This project is being funded N/A and Contractor agrees to comply with all the requirements ofthat Grant,applicable to the delivery ofthe goods and services that are the subject ofthis Agreement,and that are within its power to provide and to provide ail the documentation within its control that is required for the City to be able to recover the contract price pursuant to the terms of the grant.Acopy ofthe grant is attached hereto and made a part hereof by reference. 7.Public Records:Contractor and all ofits subcontractors are required to 2SJ 'h?TPvubli<J*"*law (M 19-0701)while providing goods and/or Services onbehalfoftheCTYandtheContractor,under such conditions,shall incorporate this paragraph in all of its subcontracts for this Project. »nHJnt.♦•*JWa^erJury Trial:City and Contractor knowingly,irrevocably voluntarilyandintentionallywaiveanyrighteithermayhavetoatrialbyjuryinStateorFederalCourt proceedings in respect to any action,proceeding,lawsuit or counterclaim arising out of the Contract Documents or the performance of the Work thereunder. ™..J'V?H**of^ntod ^Pies:This agreement may be executed in severalcounterparts,each of which may be construed as an original. «ri«in.«.*if Att??eys'Fees and Costs:In *e event of any litigation between the partiesansngoutoforrelating,n any way to this Agreement or abreach thereof,each party shallbearitsowncostsandlegalfees.Nothing contained herein shall prevent or prohibk the right enH^emmfi^f°r "*att0mey f6eS mcuned in the defense of«a<*°"by aperson orentitywhoisnotapartytothisAgreement. th,»,w t«"'Severabi,i.ty:If anv te«™<*provision of this Agreement or the application £^rftffT °r °T*Sha1''t0 *"*CXtent'be inValid 0r ""enable,£remamder of this Agreement,or the application of such term or provision to persons or tZ£TV^mu*,°"t0 Which *iS hdd lnva,id or "enforceable,shall not beaffectedtherebyandeachtermandprovisionofthisAgreementshallbevalidandenforceabletothefullestextentpermittedbylaw. IN WITNESS WHEREOF,and as the duly authorized act of the parties,the undersignedrepresentativesofthepartiesheretohavecausedthisinstrumenttobesignedinthen-rLpec^ names by their proper officials on or before the day and year first above written Thomas F.Pepe-0!-l 1-16 Page2 of4 ,.—/fat/iff* (type name and title of signatory above) VJVterfa M.MenenJez,CMC CityClerk Read and Approved as to Form, Language,Legality and Execution Thereof. Thomas F.Pepe CityAttorney ThomasF.Pepe-01-11-16 Page3 of4 Steven Alexander CityManager ATTACHMENT A CONTRACT FOR CITY OF SOUTH MIAMI PUBLIC WORKS fc TON PICK-UP VEHICLE Florida Sheriffs AnodatfcM Contract #15-13-0904 Thomas F.Pepe-01-11-16 Page4 of4 BID AWARD ANNOUNCEMENT 15-23-0904 Effective Dates: October 1,2015-September 30,2016 V\:-':'•;.-:.,'-"/<-:*s!| POLICE RATED,ADMINISTRATIVE,UTILITY VEHICLES, TRUCKS &VANS Participating Sheriffs Offices &Local Governmental Agencies of the State of Florida 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 DATE:October 1,2015 TO:ALL PROSPECTIVE PARTICIPANTS FROM:Steve Casey Peggy Goff Drew Terpak Annette Grissom Executive Director Deputy Executive Business Operations Cooperative Bid Director Manager Coordinator RE:POLICE RATED,ADMINISTRATIVE,UTILITY VEHICLES,TRUCKS &VANS BID NO.:15-23-0904 We are pleased to announce that the Florida Sheriffs Association and the Florida Association of Counties has successfully conducted its 23rd statewide competitive bid for vehicles which includes police rated,administrative,motorcycles,utility vehicles,trucks &vans.This contract is effective beginning October 1,2015 through September 30,2016,as long as vehicles are available through fleet* Bids will be extended and guaranteed to any and all units of local governments/political subdivisions including but not limited to county,local county board of public instruction, municipalities and/or police agencies,other local public or public safety agencies or authorities within the State of Florida,and the state universities and colleges.In addition,bids will be extended and guaranteed to any other entities approved by manufacturers to participate in this contract.The participating agencies cannot guarantee any order other than those ordered through each individual agency. In order to ensure quality service for our user agencies,we are requesting each of you to notify the Florida Sheriffs Association regarding any problems encountered in working with the awarded dealers.Any issues,including but not limited to,receipt of confirmation of order,delivery problems and communication problems,should be reported to us by e-mail at FLEET@flsheriffs.org.This information will be considered in future bid awards in order to ensure that agencies are receiving the level of service required of dealers who wish to participate in this program. 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 (15-23-0904) vehicles purchased through this program.You can only purchase from a dealer who is listed as a winner of one of the four zones for the vehicle you wish to purchase.However,you may purchase from any awarded dealer within any zone (additional delivery fees may apply). Agencies ordering a Ford,General Motors,Chrysler,or Toyota product,please be advised that you must use the appropriate FIN Code/FAN Code for the Florida Sheriffs Association in order to obtain the manufacturer's concessions.Also,you must use your FIN Code/FAN Code as a secondary number.For further assistance call the Fleet Customer Information Center for your appropriate manufacturer. Fleet Center Contact Numbers 1-800-34-FLEET (1-800-343-5338) 1-800-FLEET OP (1-800-353-3867) 1-800-999-FLEET (1-800-999-3533) 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;COOP@flsheriffs.org 3.Basic information required on all purchase orders is listed in this Bid Award Announcement. Purchase orders lacking the required basic information listed may result in the delay of placement and/or confirmation of orders.NOTE:The agency is responsible for obtaining a "Confirmation of Order"from the respective dealership.Dealers are required to complete a "Confirmation of Order"and send it to the purchaser within fourteen (14)calendar days after receipt of purchase order.Purchasers are encouraged to contact the dealer if a "Confirmation of Order"has not been received within a reasonable time. Purchasers are reminded that the issuance of a purchase order does not in itself guarantee the placement of an order. 4.All Cooperative Contracts include an administratrive feeof .0075 or three quarters of one percent. The base price and all add options are inclusive of the administrative fee. •POLICE RATED,ADMINISTRATIVE,UTILITY VEHICLES,TRUCKS &VANS -Dealers ARE to include a three quarters of one percent (.0075)administrative fee in their base bid prices and their quotes and pricing forall additional equipment items (add options), excluding any state regulated fees including tags.The three quarters of one percent (.0075)will be incorporated into and made a part of the total invoice amount and shall not be treated or added as a separate line item.Fees are based on the total invoice cost of the new vehicle or equipment and excluding trade-ins.Trade-ins and other exchanges will not reduce or impact the fee calculation.No Other administrative fee(s)willbe 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 FLEEni@flsheriffs.org.This information will be considered in future bid awards in order to ensure that agencies are receiving the levelofservice required of dealers who wish to participate in this program. 6.Add/delete options might include a superscript listed by the Order Code.The purpose of the superscript is to identify which options correlate toa specific dealer.Superscripts willbea number between 1 and 4,and will correspond as follows: 1=Westernzone dealer 3 =Central zone dealer 2 =Northern zone dealer 4 =Southern zone dealer Bid Award Announcement (15-23-0904)3 Manufacturer Type Code FSA Co< Ford FIN Code QE065 General Motors FAN Code 917872 Chrysler FAN Code 48830 Toyota FIN Code GE159 Ifa dealer has been awarded more than onezone,they willonly have one superscript number assigned,and it willbe the lowest numerical number that applies to their awarded zones.For example,ifa dealer is awarded the northern and southern zones,their add/delete options for both zones will be represented by a"2"superscript. Options are intended to add or delete equipment and/or features from the base vehicle specification,and to allow for an upgrade or downgrade toa manufacturer's model with a slightly different engine size or horsepower,and as such,will not be made available for purchase separate from the base vehicle. IMPORTANT NOTE:The manufacturers produce limited quantities of certain vehicles and orders are processed on a first come first serve basis and limited by the manufacturing plants capacity during any given model year.We are advising all agencies to place their orders for police rated vehicles as soon as possible to ensure delivery of product. Bid Award Announcement (15-23-0904) FLORIDA ASSOCIATION OF COUNTIES All About Florida FLORIDA SHERIFFS ASSOCIATION &FLORIDA ASSOCIATION OF COUNTIES Name of Dealership Type of Vehicle 1/2 TON 4-DOOR CREWCAB PICKUP TRUCK -4X2 fSpecification #49^ Alan JayChevrolet,Buick,GMC,Cadillac Alan Jay Chevrolet,Buick,GMC,Cadillac Alan Jay Chevrolet,Buick,GMC,Cadillac Alan Jay Chevrolet,Buick,GMC,Cadillac Garber Chrysler Dodge JeepRam Truck Inc. Garber ChryslerDodgeJeepRamTruckInc. Garber ChryslerDodgeJeepRamTruckInc. Garber Chrysler Dodge JeepRam Truck Inc. Hub CityFord Duval Ford Alan Jay Ford Don Reid Ford Kelley Buick GMC Kelley BuickGMC Kelley Buick GMC Kelley Buick GMC AlanJayToyota,Scion Rountree-Toyota Alan JayToyota,Scion Alan Jay Toyota,Scion Bid Award Announcement (15-23-0904) 2016ChevroletSilverado1500 (CC15543) 2016ChevroletSilverado1500 (CC15543) 2016ChevroletSilverado1500 (CC15543) 2016 Chevrolet Silverado 1500 (CC15543) 2016 Ram 1500 (DS1L98) 2016Ram1500 (DS1L98) 2016Ram1500(DS1L98) 2016Ram1500 (DS1L98) 2016FordF-150(W1C) 2016FordF-150(W1C) 2016FordF-150(W1C) 2016FordF-150(W1C) 2016GMCSierra1500 (TC15543) 2016GMCSierra1500 (TC15543) 2016GMCSierra1500 (TC15543) 2016GMCSierra1500 (TC15543) 2016 ToyotaTundraShortBed(8259) 2016 Toyota TundraShortBed(8259) 2016ToyotaTundraShortBed(8259) 2016ToyotaTundraShortBed(8259) Base Unit £one Price Western $23,646.00 Northern $23,496.00 Central $23,396.00 Southern $23,496.00 Western $23,238.00 Northern $23,138.00 Central $23,188.00 Southern $23,238.00 •Western $21,738.00 •Northern $21,647.00 •Central $21,756.00 •Southern $21,850.00 Western $22,412.00 Northern $22,392.00 Central $22,292.00 Southern $22,317.00 Western $28,587.00 Northern $28,251.00 Central $28,387.00 Southern $28,487.00 915 FLORIDA ASSOCIATION OF COUNTIES All About Florida FLORIDA SHERIFFS ASSOCIATION &FLORIDA ASSOCIATION OF COUNTIES 1/2 TON 4-DOOR CREW CAB PICKUP TRUCK -4X2 SPECIFICATION #49 2016 Ford F-150 (W1C) TheFordF-150 (W1C)purchased through this contract comeswithallthe standard equipment as specified bythe manufacturer for thismodeland FSA's basevehicle specification(s)requirements whichare included andmadea part ofthis contract's vehiclebase priceasawardedbyspecificationbyzone. •Western •Northern •Central •Southern PRICE:$21,738.00 $21,647.00 $21,756.00 $21,850.00 Whilethe Florida Sheriffs Association and Florida Association of Counties have attempted to identify and include those equipment itemsmostoften requested by participating_agencies for full sizevehicles,we realize equipmentneedsand preferences aregoingto varyfromagencytoagency.Inaneffortto incorporate flexibilityintoour program,wehave created specific add/delete optionswhich allowthe purchaser totailorthevehicletotheir particular wantsorneeds. Thefollowingequipmentdeleteandaddoptionsandtheir related costare provided heretoassistyouin approximating thetotalcost of thetypevehicle(s)youwishtoorderthroughthis program.Simplydeductthecost of any of thefollowingequipmentitemsyou wishdeletedfromthebaseunitcost and/or addthecost of anyequipmentitemsyouwishaddedtothebaseunitcosttodeterminethe approximate cost of the type vehicle(s)youwishtoorder. NOTE:Anofficiallisting of alladd/deleteoptionsandtheirpricesshouldbeobtainedfromthe appropriate dealerinyourzonewhen preparingyourorder.Additionaladd/deleteoptionsotherthanthoselistedheremaybeavailablethroughthe dealers,however,those listedheremustbehonoredbythe dealers inyourzoneatthestatedprices. Bid Award Announcement (15-23-0904)929 VEHICLE:F-150(W1C) DEALER:HubCityFord Duval Ford AlanJayFordDonReidFord ZONE:*Western ^Northern *Central *Southern BASE PRICE:$21,738.00 $21,647.00 $21,756.00 $21,850.00 Order Code Delete Options Western Northern Central Southern AM/FM stereo radio NA NA NA NA Air conditioning NA NA NA NA Full size spare tireandrim NA NA NA NA Order Code Add Options Western Northern Central Southern Please refer to the Emergency Vehicle Lighting Specifications for lightbar descriptions and the awarded dealer pricing. 99P-99G 99F2 99P3 99F4 99F 99P 99F: 99P' 68G 68G: 998 3 68G 68G: 68G CNG l CNG2 , 24GGE l LPG1 DRYCELL Engine upgrade -specify 2.7L V-6ENG 99G(S.5L V6ENG ($1994.00).J 5.0L V8 with Flex-Fuel Capability 2 2.7L V6 EcoBoost -or-(99G 3.5L ECOBOOST V6 $1994)3 5.0LV-8 4 Engine upgrade -specify 5.0LV-8ENG* 2.7L V6EcoBoost®with AutoStart/StopTechnology System, (iceboatspayloadpackage622req.53A Trailer Tow Pkg.)For 99G3.5L V6EcoBoost®(NA J22"WB)use $1994 2 5.0LFlexFuelV8 3 2.7ECO BOOST* Bi-fuel model-specify CNG/Propane Gaseous Engine Prep Pack (req.99F5.0L V8 engine)-Late Availability2 3.5LV6Ti-VCTwith Flex-Fuel Capability 3 CNG model -specify CNG/Propane Gaseous Engine Prep Pack (req.99F5.0L V8 engine)-Late Availability* CNG/PROPANE GASEOUS ENGINE PREP PACKAGE (REQUIRES 99F5.0L V8ENGINE UPGRADE)***LA7E AVAILABILITY***3 CNG conversion (discusswithdealer) Requires68G$314and99F$1594.Bifuel/dedicated24GGE system.2 24GasGallonEquivalent1TankCNG System,specifyBi-Fuelor Dedicated (Requires 68G)3 LPG conversion (discusswithdealer) Battery,650ccaor greater Replacesfactoryleadacid 750cca battery withmin.ED800cca dry cellbattery.3 Dual batteries Bid Award Announcement (15-23-0904) $794.00 $1,594.00 $314.00' $314.00 $12,996.00* $12,996.001 NA NA $1,594.00^ $794.00^ $314.00^ $314.00z $12,450.00^ NA NA NA $794.00J $1,594.00 Sto° $314.00 $13,000.00J NA $329.003 $1,595.004 $794.00* $1,229.00 $1,229.00 $1,229.00 NA NA NA NA 930 VEHICLE: DEALER: ZONE: BASE PRICE: 627-99F-XL6-53A-157 W-BASE 627 z 99P62253A 157WB 3 627 4 67T, 67T; 67T: 67T' XL6-XL9 XL92 XL93 XL64 101A-300A W1C.300A2 101A3 XLT4 F-150(W1C) HubCityFord ^Western $21,738.00 Duval Ford ^Northern $21,647.00 7,700 lbs.GVWR (99G)Includes:3.73Electronic-locking rearaxle,9.75"gearset, LT245/70R17E BSW all-terrain tires(A/T)(T7C)(XL only), LT275/65R18C OWL all-terrain tires (A/T)(T8C)(XLT), Upgraded springsand auxiliary transmission oilcooler,XL:17" Silver SteelHeavy-Duty PayloadPkg.wheels (64W),XLT:18" SilverAluminum Heavy-Duty PayloadPkg.wheels (64H) Optional Equipment:XL:18"Silver Aluminum Heavy-Duty PayloadPkg.wheels (64H)(LT275/65R18C OWL all-terrain tires (A/T)(T8C)are included with the Unique 18"Aluminum wheels (64H))USE $1694 FOR XLT.2 6,800LB GVWR Includes:2.7LECOBOOST V6,3.73 E-locking reardifferential,toiler tow package,long bed,and2.7Lpayload group-or-[99F 62753A157WB-7,600LB GVWR Includes: 5.0L V8,3.73 E-locking reardifferential,trailer towpackage, long bed,andHDpayloadpackage$3904]-or-[99G62753C 157WB3.5L ECCOBOOST,trailerbrakecontroller,3.73 E-locking reardifferential,trailer tow package,long bed,and HD payload package $4504]3 REQUIRES 8 FOOT BED 4 Electric brake controller Integrated Trailer Brake Controller (req.53BClass IV Trailer Hitchor 53A Trailer TowPkg.;inchwith53CMax Trailer Tow Pkg2 .-••. RequiresTrailertowpackage,Includedwithmaxtrailertow package.3 Traction control AdvanceTracw/RSC (RollStabilityControlTM)2 Limited slipdifferential 3.55ElectronicLockingaxleratio w/145"wheelbase.NAwith trailertov>package (53A).UseXL6 3.73 Electronic Locking axle ratio with 53A and 145"wb $569.Use XL3 3.31 Electronic Lockingaxleratiowith2.7L ecoboostenginefor$419 orXL6 $569.For5.0LV8engineuseXL3$419 orXL9w/Trailer Tow package53A.For3.5LV6ecoboostengine useXLS 3.15 Flockingaxleratio$419 orXL9.XL6is included in627payload package:XL9isincludedwith53Cwhen using3.5LV6ecoboost engine 2 3:55 E-lockingrear differential w/baseengine(ADD$100XL6- 3.73 E-lockingreardifferential).3 Manufacturer'smodelupgradepackage(specify pkg.bid) 101AXL OR UPGRADE PKG 300A XLT PKG ($5,299.00)\ F150 XLT Model WITH 300a PACKAGE:EXTERIOR:BoxLink (includesfour(4)premiumlocking cleats),Bumper,Front-Chrome withBody-colorFascia, BumperRear-Chrome.FogLamps,Grille-chromeChrome Surround and Black Mesh Insert,mirrors, Sideview-Manual-folding,Power GlasswithBlackSkull Caps,PerimeterAnti-Theft Alarm,SecuriCodeKeylessEntry Keypad,Driver'sSide,Wheels-17 "SilverPainted Aluminum INTERIOR/COMFORT:AC-Chrome Ringw/Obsidian Vanes, AM/FMSingle-CD,Carpet-w/FloorMats,Compass,Cruise Control,DelayedAccessoryPower,Illuminated Entry,MyKey, PowerLockswithFlipKeyand Integrated Key,Transmitter KeylessEntry (incl Autolock)PowerTailgateLock,Power Windows(Front/Rear)-One-touch,RearWindowwithFixed PrivacyGlass,Scuff Plates ?Cloth40/20/40lumbar,Armrest w/storage,SYNC®4.2 "LCD Display in CenterStack, Bid Award Announcement (15-23-0904) Alan JayFord ^Central $21,756.00 $3,207.001 Don Reid Ford *Southern $21,850.00 $2,039.003$1,499.002 $2,404.004 $274.00 $274.002 $274.00J $274.004 Std Stdz Std NA $596.00 $469.002 $469.00j $569.00* $1,304.00 $4,000.00^$2,254.00J $4,019.00* 931 VEHICLE: DEALER: ZONE: BASE PRICE: CG1 CG2 66S: 85A 85A: 85A: 85A' 50S 50s; 50S: 50S' DOME F-150(W1C) Hub City Ford ^Western $21,738.00 Duval Ford ^Northern $21,647.00 ApplinkTM—One(1)SmartChargingUSBport,Visors Mirrors,2 Equipment Group Mid 101A includes:Power Windows (front on RegularCab,frontandrearon SuperCab and SuperCrew®), PowerDoorLockswithFlipKeyand Integrated Key Transmitter kelyess-entry (includesAutolock),PowerTailgateLock, PerimeterAlarm,IlluminatedEntry,Manual-folding,DualPower Glass Sideview Mirrors withBlackSkullCaps,Autolamp -Auto On/OffHeadlamps withRainlamp Windshield Wipers,Daytime Running Lamps (DRL)(On/OffCluster Controllable),MyKey® Owner Controls Feature1AM/FMwith single-CD(speakers;four (4)withRegularCab,six(6)withSuperCab and SuperCrew®)I 4.2"Productivity Screenwithcompassin instrument clusterI SYNC®EnhancedVoiceRecognitionCommunications and Entertainment System,911 Assist®,4.2"Multi-Function Display,Applink™,one(1)SmartCharging USBPortand auxiliaryaudioinputjack ICruiseControlI BoxLink™(includes four(4)premium locking cleats).3 Seattrimupgrade-specify CLOTH SEATS ^ 40/20/40 Cloth,included in upgrade package 300a 2 SpecialService vehicle package includes:240 Amp Alternator, Cloth 40/Blank/40 Front-Seats (SG)with center-seat section deleted (Restraint Control Module cover provided),Vinyl rear bench seat (requires 99For 99G)-or-(CG cloth40/20/40 split front bench $N/C.)3 CLOTH* Power windows/door locks XLPOWER EQUIPMENT GROUP (85A)Availability:Included onXLMid (101a/300a)Opt.XLBaseIncludes:Autolamp -Auto On/OffHeadlamps with Rainlamp Windshield Wipers Daytime Running Lamps (DRL)(On/Off Cluster Controllable)(when the non-controllable 942 Daytime Running Lamps (DRL)option is selected,itwillreplace thecontrollable DRL)Manual-folding, DualPowerGlass Sideview Mirrors with Black Skull Caps Illuminated Entry MyKey®Owner Controls Feature Perimeter Alarm PowerLocks with FlipKeyandIntegrated Key Transmitter kelyess-entry (includes Autolock)PowerTailgate Lock Power Windows (front onRegular Cab,frontandrearonSuperCab and SuperCrew®specifications)2 Autolamp-Auto On/OffHeadlamps with Rainlamp Windshield Wipers,Daytime Running Lamps (DRL)(On/Off Cluster Controllable)(when thenon-controllable 942Daytime Running Lamps (DRL)option is selected,it willreplace thecontrollable DRL),Manual-folding,DualPowerGlass Sideview Mirrors with BlackSkullCaps,Illuminated Entry,MyKey®Owner Controls Feature,Perimeter Alarm,PowerLocks with Flip Key and Integrated Key Transmitter kelyess-entry (includes Autolock), PowerTailgate Lock,Power Windows (front on Regular Cab, front and rear on SuperCab and SuperCrew®).3 Speed control Included inmodel upgrade packages 101a,300a 2 Tiltsteeringwheel Passenger domelamp Bid Award Announcement (15-23-0904) Alan Jay Ford *Central $21,756.00 NC1 Don Reid Ford *Southern $21,850.00 NCZ $49.00d NC* $1,169.001 $1,169.00^$1,169.003 $1,169.00* $224.00 Std Std $224.00^ Std Std $224.003 Std $229.003 $224.00* Std NA 932 VEHICLE: DEALER: ZONE: BASE PRICE: VG , WG: VG3 BS4 1 168 ' 168 • 168 3 168 A 47R1 47R: 47R: 924 924: 92457Q: 435 435 435 58B1 58B2 58B3 58B4 52B 50S: 58C1 58C2 58C3 AK-KF 3K2 3K3 DLR4 F-150 (W1C) HubCityFord *Western $21,738.00 Duval Ford ^Northern $21,647.00 Bucket seats in lieu of bench seat Cloth40/Console/40 FrontSeatswithFlow-through Console andsteeringcolumn-mountedshiftXLmodel.With XLTmodel upgradeuse(UG):•Cloth40/Console/40FrontSeatswith four-wayadjustable driver/passenger headrests,manual driver/passenger lumbar (Base),powerdriver/manual passenger lumbar (Mid),power driver/passenger lumbar (Luxury)(NA w/Regular Cab).Flow-through Console andsteering column-mounted shift at $294 2 Vinyl 40/Console/40 Front-Seat withFlow-through Console and columnshift-or-(WGCloth40/Console/40Front-Seatswith Flow-through Console and column shift $124)3 Carpetin Heu ofrubberfloor covering Color-coordinated Carpetw/Carpeted Matching FloorMats, included in XLT 300a * Includesfloormats 3 Floor mats All-Weather Rubber FloorMats (req.168 Color-coordinated Carpet w/Carpeted Matching Floor Mats)2 HD allweather rubberfloor mats (requires 168).3 Deeptintedglass Rear window,FixedPrivacyGlasswith57Q Defroster,Included with300a.NAwith1Olapackage.Fordealeraddedtint add $3452 • Factoryrearwindowprivacyglassand defogger.(DT2 -Dealer installed deeptintfilmonfronttwodoorglass$149,ADD$49for windshield strip);3 Slidingrear window Power-slidingRear Window -XL (Including 57Q&924)Use $349withPower-slidingRear Window -XLT (Including 57Q))2 Includes rear privacy glass and defogger 3 AM/FM radiowithsingleCD Included inupgrade packages •? AM/FM Single CD 3 On-Star FordSYNCIncudes:EnhancedVoiceRegcognition Communications and Entertainment System,911 Assist®,4.2" Multi-Function Display,Applink™,one(1)SmartCharging USB Portandauxiliaryaudioinputjack Compass displayin instrument cluster,(includedin manufacturers upgrade package) Satellite radio AMFM/CD/SAT 3 AdditionalKey(s)orKeyFob(s)whenapplicable Use $76forsimple fleethey,Included with RFC 2 Dealerprovidedthirdkey.(3KR -Dealerprovided third keyand remote when ordering with power equipment group $373)3 Side airbags Bid Award Announcement (15-23-0904) AlanJayFord *Central $21,756.00 $294.00 $144.00 $94.00 $99.00 NA $289.00 NA $484.00 $296.00 Std Don Reid Ford *Southern $21,850.00 $124.003$294.002 $144.00z $144.003 $94.00^$94.00 j $99.00z $318.00J $449.00^$449.00J $289.00^$289.00 J NA $643.00 $484.00z $484.00J $294.00' $94.00" $74.00 $395.00 $449.00f $289.00 NA NA $300.00z $140.003 !$250.00* Std Std Std 933 VEHICLE: DEALER: ZONE: BASE PRICE: WB-1571 6.5BOX 2 W1C1573 157 4 LHP-6"J LSL2 L-SPOT3 L&RHP-6" 2SL2 LR-SPOT3 VVST1 VV2 RS3 RSFS ] RS2 RSF3 BUG l BS2 BS3 54M-54Y 54M2 54M3 DLR4 WGG1 WGG2 WGG3 WGG4 ATB l TBX2 ATB3 l F-150 (W1C) Hub City Ford *Western $21,738.00 Duval Ford ^Northern $21,647.00 Long bedinlieu of shortbed REQ UP GRADE ENG * Includedin W1C.157 model upgrade with157inchwheelbase frame.2 Requires Engine upgrade 3 Left-hand pillar mounted 6"spotlightwithclear halogen bulb,dealer installed For Go-Light remote operatedspotlightadd$649 includes bed mountedPoleinlieu ofroof mount.*• (ADD $175 forLED light)3 Left &right-handpillarmounted6"spotlightwith clearhalogenbulb,dealerinstalled ForGo-Lightremoteoperatedspotlightadd$649includesbed mountedPole inlieu ofroofmount.2 (ADD $350.00 forLED lights)3 Vent visors-stick-on style (Front driver/passenger windows only $110)3 Rainshields -flangestyle (Frontdriver/passenger windows only $110)(notavailablewith 1-touch up windows)3 Bug shield Dealer installed Bug Shield hood protector 3 Trailer tow mirrors Manual-folding,Manually Telescoping,ManualGlass Trailer Tow Mirrors withBlackSkullCaps (NA with9983.5LV6Ti-VCT engine,85A XL PowerEquipment Group or122"WB;req.53A Trailer Tow Pkg.or 53CMaxTrailer Tow Pkg.)54Y($394xl or $274withXLT 300a)/59s ($174):Manual-folding,Manually Telescoping,PowerGlassTrailerTow Mirrors withHeat,Turn Signal,High-Intensity LED Security Approach Lamps,LED Side-mirror Spotlights andBlackSkull Caps(NA with 998 3.5L V6Ti-VCT engine or122"WB;req.85A XLPowerEquipment Group and 53A Trailer Tow Pkg.or 53C Max Trailer Tow Pkg.)2 Manual trailer tow mirrors,-or-(54Y 59S-Black Power glass, manual telescoping trailertow mirrors w/signal indicator when ordering with 85A $568)(both options require engine upgrade and 53A or53C trailer tow package).3 Wrap-aroundgrilleguard Required with Winch 8kw at $1295 2 add$300for Winch Mount Plate 3 Aluminum tool box Single Lid Locking 2 Dealer Provided HD Aluminum Diamond Plate ToolBox14" Depth.(18"Depth $469)AND(ADD $50to14"or 18"forlow profile tool box.)3 WEATHER GUARD TOOL BOX795.00 4 Bid Award Announcement (15-23-0904) Alan JayFord *Central $21,756.00 $1,109.00 $696.00 $969.00 $144.00 $144.00 $396.00 $394.00 Don Reid Ford *Southern $21,850.00 $899.003Incl:$1,109.004 $495.002 $480.003 $495.00 $796.00^$900.00J $895.00 $160.00:"$189.00 J $250.00 $160.00z $189.00 J $250.00 $195.00z $197.00J $395.00 $89.002 $89.00J $394.00* $1,696.00*$1,296.00^$995.003 $U95.004 $474.00 $395.00z $429.00J $550.00* 934 VEHICLE: DEALER: ZONE: BASE PRICE: 96P1 96P2 96P3 96P4 96W1 96W2 96W3 96W4 53B l HDTOWJ 53BDB2 3 53A4 8LB-W* 8KW2 8KW3 53A1 53A2 53A DB2: 53A4 53C-99G * 53C2 99G53CDB23 53A/99F4 F-150(W1C) HubCity Ford *Western $21,738.00 Duval Ford ^Northern $21,647.00 Bedliner Plasticdropinbedlinerwithtailgate protector.Rubber bedmat add$1602 Plastic drop in liner (Dealer installed OEM bedliner $325).3 Spray-onbedliner(Rhino,Line-Xorapproved equivalent) ForHeavy Duty dealer installed Line-x brand use $550.00 2 Factory standard spray inbedliner withplastic liner on tailgate (Dealer installed HD Spray-on-Bed Liner $579).3 Tow hooks Class IV hitch and ball INC2"BALL PIN&CLIP 1 Includes(53b)ClassIV Trailer Hitch(inchSmartTrailer Tow Connector,4-pin/7-pin wiring,ClassTV trailerhitch receiver), draw bar,pinclip,2 inch ball,and plug.2 FactoryClass IVReceiver,4-pin/7-pin wire harness,DrawBar, 2"ball,pin,and clip.3 8,000 lb.winch with remote Requires WGG,Warn orequa 2 Requires WGG &Winch Mount Plate 3 Heavydutytowingpackageupto5,000lbs.with appropriate hitch INC 2"BALLPIN&CLIP 1 TrailerTowPackage-XLBase:inchSmartTrailerTow Connector,4-pin/?'-pin wiring,Class TV trailerhitch receiver, upgradedfrontstabilizerbar,auxiliary transmission oilcooler; (ProTrailerBackupAssist(47E)isoptionalonXLBaseADD $394 (47Erequires 76Cand85A);9983.5LV6 Ti-VCT inclEngineOilCooler.FORXLTMODEL UPGRADE 47E and 76C are required plus ADD $395 2 TrailerTowPackage(inch Smart TrailerTow Connector, 4-pin/?'-pin wiring,ClassTV trailer hitchreceiver,upgradedfront stabilizerbar,auxiliary transmission oilcooler;998 3.5L V6 Ti-VCTincl.EngineOil Cooler),DrawBar,2"ball,pin,andclip. 3 Heavyduty towing packageupto7,200lbs.with appropriate hitch INC2"BALL PIN&CUP REQ UPGRADE EBG(3.5L ECOBOOSTENG)* MaxTrailerTowPackage (req.3.5LV6EcoBoost®)-XLBase: inch SmartTrailerTow Connector,4-pin/7-pinwiring,ClassIV trailerhitchreceiver,upgradedfrontstabilizerbar,auxiliary transmission oilcooler(ProTrailerBackupAssist(47E)is optionalonXLBaseADD$394(47Erequires76Cand 85A), MAXTRAILER TOWPACKAGE (53C)Notavailablewith:2.7L V6 EcoBoost®PayloadPkg.(622)Requires:3.5LEcoBoost® Engine(99G)Includes:3.55Electronic-lockingrearaxle(axleis changedto 3.73 Electronic-lockmgdifferential iforderedwith Heavy-DutyPayload Pkg.(627;use$694))4-pin/7-pin wiring harnessAuxiliary transmission oilcoolerClassIVtrailerhitch receiverSmartTrailerTowConnector(standardonLariatand higher)IntegratedTrailerBrake ControllerUpgradedfront stabilizerbarUpgradedrear bumper.Includespinclipandplug. FORXLTMODEL UPGRADE 47Eand76Carerequiredplus Bid Award Announcement (15-23-0904) AlanJay Ford *Central $21,756.00 $279.00* $474.00 NA $192.00 $1,696.00* $596.00 $3,089.00* Don Reid Ford *Southern $21,850.00 $349.003$349.00^ $494.00^ NA $659.002 $I,2?5.0(r $494.00^ $494.00J NA $194.003 $1,195.00J $584.00 $349.00* $474.00* NA $894.00* $1,695.00 $894.00* $794.002 $2,879.00 5 $2,519.00* 935 VEHICLE: DEALER: ZONE: BASE PRICE: FTC FTC FTC: FCHT; FCTTr FCH3 942 942 : 942 942' NFT N22 N23 STC1 SKCOMPAK: LEERDCC3 CSHR* CS2 HAR3 PR-EMB PRPU2 PRT3 1 F-150 (W1C) HubCity Ford Duval Ford ^Western ^Northern $21,738.00 $21,647.00 ADD $395.* Includes:3.5L ECOBOOST V6,Maxtrailertowpackage,trailer brake controller,draw bar,2"ball,pin,and clip.3 Fiberglasstonneaucover(paintedtomatch) ForRetrax Brandlockingretractablecoveruse$1396,for rollnlock branduse$1496.2 (Add$1338forBedSliderwith Rubber Matand4"Sides)-or-( Roll~N~Lock cover ADD $297 inlieuoffiberglass tonneau)3 Fiberglasscabhigh topper with front,sideandrear windows (painted tomatch) Add $395for side accesswindows2 Add $375 for side access windows in lieu offixed 3 Daytime running lights Daytime Running Lamps (DRL)(whenselectedwith85APower Equipment Group,the non-controllable 942 Daytime Running Lamps (DRL)replaceDaytime Running Lamps (DRL)(On/Off Cluster Controllable))2" Immobilizedaytimerunninglights Don't order option 942 3 Nitrogenfilledtiresincludingsparetire Full size spare tireandrim Midboxbodyoption Steeltruckcap SpaceKap -8'Compak (Transferable Service Body).Bodycanbe placedinany 8'truck bed.Easilytransferable.Alsoavailable for 6'truck bed.Add Contractor BinPkgfor $1,335.AddService Pkg for$2,9852 LeerDeluxe Aluminum Commercial Topper (WHITE),23"High, FrontPicture Window,Full Length SideDoors with Driverand PassengerSideToolBoxesincluding1 Vertical and1Horizontal Divider,RearliftUpDoorwithPicture Window,Ladder Rack, 20"12yLEDInterior Light Bar,LEDBrake Light (Upgrade to Fiberglass 100RCC Commercial Topper Painted toMatch $387) (Upgrade toDoubleSwingBarn Doorsw/vertical glassonRear inlieu ofstdlift up door $379 **aluminum tops only**)3 Cabshieldheadacherack(protectsbackofcab) Add $300 for beacon plates left and right.2 Piperackw/expandedmetalbasketovercab(for pickupbed) (1200ATR-WeatherGuardaluminummaterialrackwithcross members $1479**doesnot include expanded metal basket over cab**)3 Piperackw/expendedmetalbasketovercab(for utilitybody) Bid Award Announcement (15-23-0904) Alan Jay Ford ^Central $21,756.00 Don Reid Ford *Southern $21,850.00 $1,696.00* $1,896.00* $44.00 NA $199.00 Std NA $7,996.00* $696.00 $1,896.00l NA $1,495.00^ $1,695.002 $44.00^ Std $225.00^ Std NA $8,545.002 $595.00^ $1,796.002 NA $1,495.003 $1,695.00J $44.00^ NCJ $169.003 Std NA $3,279.003 $497.00J $l,790.00j NA $1,495.00 $1,895.00 $44.004 NA $200.00 Std NA $3,995.00 $1,295.00 $1,695.00 NA 936 VEHICLE: DEALER: ZONE: BASE PRICE: SLRS* SLR2 SSMLR3 l153 153 2 153 3 153 4 85H* 85H2 85H3 85H4 BAD BUA: BUA: 76C 76C: .76C: 76C' BUC1 BUC2 BUC3 BUC4 W1C.1572 FUEL TOOL: DLR4 F-150(W1C) HubCityFord ^Western $21,738.00 Duval Ford ^Northern $21,647.00 Singleladderracksidemounted(specify streetor curbside) Single SideMtd Ladder Rack 3 Front license bracket Backupalarm,factoryinstalled Backup alarm,dealer installed Whelen,EccoincludedinLongwheelbase optional model upgrade.2 Dealer installed back up alarm.3 Backupcamerawith3.5"LCD(rearmounted cameratoprovidewideanglefield of visionatrear of vehicle)-factory installed REQ POWER WINDOW &DOOR LOCK * FOR Pro Trailer Backup Assist (47E):req.RearView Camera (76C),85APowerEquipment Group and53BClassIV Trailer Hitch,53A Trailer Tow Packageor53CMax Trailer Tow Package.)Add$394 •Providesaddeddriverconvenience and awareness whenbacking a hitched conventional trailer by allowing the driver to "steer thetrailer"instead of steering the truck •Activatedandoperatedbythecontrolknob locatedonthe instrument panelbelowthe4x4rotarycontrolswitch(if equipped)•Works in conjunction with EPAS,rearview camera andcenterstackscreens*Includes a tailgate LEDtoaidin nighttime trailerhook-up •Store andrecallupto10 different conventional trailers •System islimitedto 5mph andisover ridden whenthedriverturns thesteeringwheel •Available with any ofthe Trailer Tow Packaged Requires 85A (Notavilablewithordersthatrequire removal of tailgate)3 Backup camera with3.5"LCD(rearmounted camera toprovidewideanglefield ofvisionatrear ofvehicle)-dealerinstalled Optional equipment -specify F150Modelupgradeincludinglong157inchwheelbaseand6.5 ftpickupbed.Deletes5.5ft bed.Required withHDpayload IncludesEccoBua.2 Fuel&ToolBoxComboincludes:LShapeFuel Tank,ToolBox, Electrictransferpump,Hose,Nozzle,andflowmeter-(ADD SAFE-T-Fire Extinguisher,FirstAid Kit,Road Triangles $299) 3 AMBER LED LIGHTBAR 4 Bid Award Announcement (15-23-0904) AlanJayFord ^Central $21,756.00 $1,396.00* Don Reid Ford *Southern $21,850.00 $738.003$1,196.002 $1,495.00 NC1 NC2 NC3 NC* $99.00 $124.00^$124.003 $124.00* $179.00 $150.00^$179.00J $100.00 $249.00 $249.00^$249.003 $1,219.004 NA1 $695.00^$679.00J $795.00* NA $585.00^$1,887.003 $1,795.004 937 VEHICLE: DEALER: ZONE: BASE PRICE: LG12 RSL3 DLR4 LTS JOTTO: DLR4 RPO* ALB-TA- DLR4 RFCZ 3BLS: LRPH LABOR" LABOR3 DLR4 TEMP TAG TEMP2 TEMP3 DLR4 TER* TX2 TRANS DLR4 F-150(W1C) HubCityFord "^Western $21,738.00 Duval Ford ^Northern $21,647.00 Optional equipment -specify Thieman 1200 Liftgate Series 2 Roadside lightingpackageIncudes:FourcornerhideawayLED kit,8LEDtrafficadvisormounted inrear window glass, (AMBER/CLEAR)Grille lights,wiredtofactory upfitter switches orsixswitch controller.3 BEACON 4 Optional equipment -specify Havis laptop stand.universal.Forinverter add $400 2 Jottp Computer Mount Stand (Add $299 for 700w inverter w(2) llOv outlets)3 RAM LAPTOPSTAND* Optionalequipment-specify Any factoryoptionnotlistedwithin specification iseligibleforthe discount amount indicated asacreditper item offthe manufacturer's current MSRP schedule perfleet.ford.com 2 Amber LEDLightBarwith FrontTakedowns,SideAlleylights, andRearArrow Stick Traffic Advisor.(Add GoLight withDash Mounted Remote for $628)3 SIDETOOBOX* Optionalequipment-specify Regionalfreightchargepervehiclefor alternative zone purchasing persection 3.54paragraphA,itemlb.Pertermsand specifications 1.14,pre-delivery service inspection andall delivery''requirements,plusadditionalfleet simple key included Notapplicablewhenagencyisdomiciledin samezoneasthe baseaward Amount is calculated via statistical algorithm utilizing trending market salesdataand median variable freight costswiihmcertainstatisticalmileagedatapointswithinthestate ofFlorida Anydollar volume credittothisunitcost,where applicable,is derivedpersection 3.55 2 3rdBrake Light Safety Pulse (Pulses 3rdBrake Light (4)times uponapplication ofbrakepedaltoincreasedriverawareness behind youwhen stopping)3 Laborrateperhour Labor rateper hour.Refer to Emergency lighting price submission for schedule.Seedealer quote for itemization. Includes professionalEVTcertified installation,wire loom, connectors,prep kit and consultation 2 (Labor Rates Based onSingle Vehicle Build)3 Temporary tag Transferexistingregistration(mustprovidetag number) PerFlorida Statute 320.08,Adealercan only charge the purchaser theactualfees authorized bystatute for tide and registration transfers.These willbethefees charged bythe county tax collectors officefor transferring title and registrations.Overcharging of these fees without refunding the overcharge is unlawful andcouldresult in disciplinary action againstthe dealers license.The dealeris responsible for refunding theovercharged amount to the purchaser.Private tag agencyfees cannotbeincludedinthecategory oftitleand Bid Award Announcement (15-23-0904) AlanJayFord *Central $21,756.00 Don Reid Ford *Southern $21,850.00 NA $2,700.00^$1,729.003 $495.00* NA $395.00^$485.00J $695.00* NA ($1.00/$1,995.00J $495.00* NA $395.00^$229.00J $89.00 $145.00z $105.00J $85.00* $36.00 $6.00^$45.25 J $35.00* $100.00 $85.00z $168.85J $150.00* 938 VEHICLE: DEALER: ZONE: BASE PRICE: nst; TAG: TAG: DLR' MPP575 J BMP345 MPP675 A BMP575 MPP610 z BMP6100 6/100' CB575: EC575" ESP4 6/100 CE575 \ PC575 : ESP4 F-150 (W1C) HubCityFord *Western $21,738.00 Duval Ford ^Northern $21,647.00 registrationfees:DHSMVProcedure.TL-10. [TL-I0:http://www3.flhsmv.gov/DMV)Proc/TL/TL-10.PDF]2 Includes temp tag &two way overnight shippingforsignature.3 Newstatetag(specifystate,county,city,sheriff, etc.) PerFlorida Statute 320.08,Adealercanonlycharge the purchaser theactualfees authorized bystatute fortitleand registration transfers.These willbethefees charged bythe county taxcollector'sofficefor transferring titleand registrations.Overcharging ofthesefees without refunding the overcharge is unlawful andcouldresultin disciplinary action againstthedealer's license.The dealeris responsible for refunding theovercharged amount tothepurchaser.Private tag agencyfees cannot beincluded in the category oftitle and registration fees:DHSMVProcedure TLrlO.. fTL-10:h\tp://www3jlhsmv.gov/^2 Includes temp tag <St two way overnight shippingforsignature.3 MaintenancePlan-specify 5Year 75,000 mile Premium Maintenance Plan.15 service visits at5000mile intervals forvehicleswithGas Engine,zero deductible.2 3yr45,000mile(5000 mile interval,includes a total of(9)visits) gasengine Maintenance Plan.3 Maintenance Plan-specify 6Year 75,000 milePremium Maintenance Plan.15 service visits at5000mileintervals'for vehicles with GasEngine,zero deductible.2 5yr 751000 mile(5000 mile interval,includes a total of (15)visits) gasengine Maintenance Plan.3 ..•» Maintenance Plan-specify 6Year 100,000 mile Premium Maintenance Plan 20 service visits at5000mile intervals forvehicleswithGasEngine,zero deductible.2 6yr 100,000mile(5000mile interval,includes atotalof(20) visits)gas engine Maintenance Plan.3 Warranty -specify POWERTRAIN CARE WITH (0)DEDUCTIBLES * 5Yr 75,000milezero deductible BASECareplan.5 Yr 100,000 milezero deductible use $2000.Complete pricingschedule availableuponrequest.Prices quotedperFordMoCo Florida RetailESPApril2015PricingGuide.For Emergency Application Add $605 surcharge 2 Extra Care 5yr 75kmile ($0 Ded)Extended[Warranty 3 POWERTRAIN CARE6/100 0DED 4 Warranty-specify BASE CARE WITH (0)DEDUCTIBLES I 5 Yr 75,000milezero deductible EXTRACareplan.5 Yr 100,000 milezero deductible use $2425.Complete pricingschedule available uponrequest.Pricesquotedper FordMoCo Florida RetailESPApril2015Pricing Guide.For Emergency Application Add $555 surcharge 2 Premium Care 5yr 75k mile ($0 Ded)Extended Warranty 3 BASE CARE 6/1000 DED4 Bid Award Announcement (15-23-0904) AlanJayFord ^Central $21,756.00 Don Reid Ford *Southern $21,850.00 $165.00 $130.002 $220.955 $250.00* NA $l,860.00z $580.003 NA $1,905.00^$910.00j NA $2,400.00z $1,140.003 $1,740.00*$1,475.00^$l,710.00j $1,740.00* $2,130.00*$1,710.002 $2,400.003 $2,130.00* 939 VEHICLE: DEALER: ZONE: BASE PRICE: 6/100 CP575Z PC6100: ESP 4 F-150 (W1C) Hub City Ford *Western $21,738.00 Duval Ford ^Northern $21,647.00 Warranty -specify EXTRA CARE WITH (00 DEDUCTIBLES * 5Yr 75,000 milezero deductible PREMIUMCare plan.5 Yr 100,000milezero deductible use$3330.Complete pricing schedule available upon request.Pricesquoted per FordMoCo FloridaRetail ESPApril 2015.Pricing Guide.For Emergency Application Add $505 surcharge2 Premium Care 6yr lOOkmile ($0Ded)Extended Warranty 3 EXTRA CARE 6/1000DED 4 Bid Award Announcement (15-23-09O4) AlanJayFord *Central $21,756.00 $2,585.00* Don Reid Ford *Southern $21,850.00 $3,430.003$2,400.00z $2,585>004 940 NAME:CITY OF SOUTH MIAMI EMAIL:SKULICK@SOUTHMIAMlFL.COM ATTN:STVEN KULICK 2016 FORD F150 4X2 CREW CAB 145"W/B (W1C) (99F)5.0L V8 T1VCT FFV ENGINE 6 SPEED AUTOMATIC TRANSMISSION (157)LONG BED (58B)AM/FM/CD (96W)SPRAY ON BEDLINER (53A)HEAVY DUTY TOWING PACKAGE (85H)BACKUP ALARM (DLR)3rd KEY 4 CORNER LEDS (DLR)TH1EMAN 1200 LIFTGATE (ESP)PREMIUM CARE -5/75K$0 DEDUCTIBLE NEW CITY TAG EXTERIOR -OXFORD WHITE PER FSA CONTRACT 15-23-0904 DATE:JUNE 29,2016 $21,850.00 $1,595.00 $1,109.00 $289.00 $474.00 $894.00 $124.00 $250.00 595.00 $2,700.00 $2,400.00 $250.00 TOTAL $32,530.00 SPEC #49 PURCHASER ACKNOWLEDGES: £2?Si?*?'S UNABLE T0 GUARANTEE DELIVERY DATES DUE TO MANY FACTORS.NOT LIMITED TO BUTINCLUDING: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 REGARDLESSOFTHENUMBEROFVEHICLESONTHEPURCHASEORDER.KtUAKULtSb We thank you for the opportunity to make this proposal and will appreciate your acceptance.Acceptance of this proposal will not be binding upon us until this proposal is approved hereonin writing by an official of Don Reid Ford,Inc Return ofone copy ofthis proposal and your purchase order number constitutes your official acceptance. Respectfully submitted, ERICJORE FLEET MANAGER DONREIDFORD,INC.Please return this form via Fax:(407)647-4779 or email -Eloiwiiiol.com ACCEPTED:. PO# Fbrida Sheriff Association's VenMe Bid Award SyStem -.5-23-0,04 Bid Award Su^ar,Page 1of 37 Association's Vehicle Bid 15-23-0904 Bid Award Summary Name of Dealership Type of Vehicle Zone ^^^^^ Base Price #01) Garber Chevrolet Buick GMC Garber Chevrolet Buick GMC Garber Chevrolet Buick GMC Garber Chevrolet Buick GMC Name of Dealership 2016 Chevrolet Caprice (1EW19/1SB/PPV)Western $25,536.00 2016 Chevrolet Caprice (1EW19/1SB/PPV)Northern $25,336.00 2016 Chevrolet Caprice (1EW19/1SB/PPV) 2016 Chevrolet Caprice (1EW19/1SB/PPV) Central Southern $25,436.00 $25,536.00 Type of Vehicle Zone Base PriceCHEVROLETIMPALAFUl5.qm=POUCE RATFn qc^h FWD (Specification #02) StingrayChevrolet PRICE Stingray Chevrolet ROLLOVER FROM Stingray Chevrolet CONTRACT StingrayChevrolet 14-22-0904 2016 Chevrolet ,mPala(1WS19/3FL) 2016 Chevrolet Impala(1WS19/3FL)M 2016 Chevrolet Impala(1WS19/3FL)H 2016ChevroletImpala (1WS19/3FL) Western $19,730.00 Northern $19,685.00 Central $19,647.00 Southern $19,685.00 Name of Dealership Type of Vehicle ZonePODGECHARGFRFULLS8ZEPQ|KTRr^BsJ^'.uwn ^^.v^^ Auto Nation Chrysler Dodge Jeep Ram - Pembroke Pines 2016 Dodge Charger (LDDE48)Western Garber Chrysler Dodge Jeep Ram Truck Inc. Name of Dealership 2016 Dodge Charger (LDDE48) Type of Vehicle Northern Auto Nation Chrysler Dodge Jeep Ram - Pembroke Pines 2016 Dodge Charger (LDDE48)Central Auto Nation Chrysler Dodge Jeep Ram - Pembroke Pines 2016 Dodge Charger (LDDE48)Southern ZonePODGECHARGERFULLSIZEPOI8CFRATEDSEDAM•Aum f^^~^ Auto Nation Chrysler Dodge Jeep Ram - Pembroke Pines 2016 Dodge Charger AWD (LDEE48)Western $24,666.00 Garber Chrysler Dodge Jeep Ram Truck Inc.2016 Dodge Charger AWD (LDEE48)Northern $24,378.00 Garter Chrysler Dodge Jeep Ram Truck 2016 Dodge Charger AWD (LDEE48)Central $24,478.00 https://veba.flsheriffs.0rg/index.cfm?referer=bidDocument.bidAwardDealerBids Base Price $21,674.00 $21,398.00 $21,559.00 $21,569.00 Base Price 9/30/2015 Florida Sheriffs Association's Vehicle Bid Award System -15-23-0904 Bid Award Summary Page 28 of37 AlanJay Toyota,Scion Rountree-Toyota AlanJay Toyota,Scion AlanJay Toyota,Scion Name of Dealership 2016 Toyota Tundra DoubleCab (8339) 2016 Toyota Tundra DoubleCab (8339) 2016 Toyota Tundra DoubleCab (8339) 2016 Toyota TundraDoubleCab (8339) Type of Vehicle Western Northern Central Southern Zone 1/2 TON 4-DOOR CREW CAB PBCKUP TRUCK -4X2 (Specification #491 Alan Jay Chevrolet,Buick,GMC,Cadillac ™l6^J?ro[et SUverado 150° (CC15543) Alan Jay Chevrolet,Buick,GMC,Cadillac ?™9^rolet Silverado 150° (CC15543) Alan Jay Chevrolet,Buick,GMC,Cadillac ??™J:h*Yrolet Silverado 150° (CC15543) Alan Jay Chevrolet,Buick,GMC,Cadillac *"'£!?rotet s1lverado 150° (CC15543) Western Northern Central Southern Western Northern Central Southern GarberChryslerDodgeJeepRamTruck Inc. GarberChrysler Dodge JeepRamTruck Inc. GarberChrysler Dodge JeepRamTruck Inc. GarberChrysler Dodge JeepRamTruck Inc. HubCityFord Duval Ford AlanJayFord Don Reid Ford Kelley Buick GMC Kelley Buick GMC Kelley Buick GMC Kelley Buick GMC AlanJay Toyota,Scion Rountree-Toyota AlanJay Toyota,Scion AlanJay Toyota,Scion 2016Ram1500 (DS1L98) 2016Ram1500 (DS1L98) 2016Ram1500 (DS1L98) 2016Ram1500 (DS1L98) 2016 Ford F-150 (W1C)Western 2016 Ford F-150 (W1C)Northern 2016 Ford F-150 (W1C)Central 2016 Ford F-150 (W1C)Southern 2016 GMC Sierra 1500 (TC15543)Western 2016 GMC Sierra1500 (TC15543)Northern 2016 GMC Sierra 1500 (TC15543)Central 2016 GMC Sierra 1500 (TC15543)Southern 2016ToyotaTundraShortBed (8259)Western 2016 Toyota Tundra ShortBed (8259)Northern 2016 ToyotaTundraShortBed (8259)Central 2016 Toyota Tundra Short Bed (8259)Southern https://veba.flsheriffs.org/index.cfm?referer=bidDocument.bidAwardDealerBids $27,397.00 $27,067.00 $27,197.00 $27,297.00 Base Price $23,646.00 $23,496.00 $23,396.00 $23,496.00 $23,238.00 $23,138.00 $23,188.00 $23,238.00 $21,738.00 $21,647.00 $21,756.00 $21,850.00 $22,412.00 $22,392.00 $22,292.00 $22,317.00 $28,587.00 $28,251.00 $28,387.00 $28,487.00 9/30/2015 FLORIDA SHERIFFS ASSOCIATION Contract Terms andConditions Rev 07/27/15 INDEXGENERALCONDITIONS 1.1 Sealed Bids 1.2 Execution of Bid 1.3 Late Bids 1.4 No Bid 1.5 Prices Quoted 1.6 Taxes 1.7 Mistakes 1.8 Condition and Packaging 1.9 Underwriters'Laboratories 1.10 Minor Irregularities/Right to Reject 1.11 Equivalents revb/m 1.12 Non-Conformance to Contract Conditions 1.13 Samples 1.14Delivery 1.15 Interpretations 1.16BidOpening 1.17Inspection,Acceptance &Title 1.18 Payment 1.19 Disputes 1.20Legal Requirements 1.21 Patents andRoyalties 1.22 OSHA 1.23 Special Conditions 1.24 Anti-discrimination 1.25 American with Disabilities Act 1.26 Minority Business Enterprise (MBE) 1.27 Quality 1.28 Liability,Insurance,Licenses and Permits 1.29 Bid Bonds,PerformanceBonds, Certificates of Insurance 1.30 Default 1.31 Cancellation 1.32 Severability 1.33 Billing Instructions 1.34NotestoVendors Delivering to the FSA REV 2015 1.35 Substitutions 1.36 Facilities 1.37 Bid Tabulations 1.38 AuthoritytoResolve Protested Bids and Proposed Awards 1.39 Clarification and Addenda to Bid Specifications 1.40 Demonstration of Competency 1.41 Determination of Award 1.42 Assignment 1.43 Laws,Permits and Regulations 1.44 Elimination from Consideration 1.45 Waiver of Informalities 1.46 Estimated Quantities 1.47 Collusion 1.48 Reasonable Accommodation 1.49 Gratuities 1.50 Signed Bid Considered and Offer 1.51 Bid Clarification: 1.52 Tie Bids 1.53 PublicEntityCrimes (PEC) 1.54 Determination of Responsiveness 1.55 Delivery Time (3.54 for Vehicles and equipment) 1.56 Cone of Silence 1.57 Right to Audit revs/is/m 1.58 Termination for Default 1.59 Termination for Convenience of 1.60 Insurance and Indemnification 1.61 Modification/Withdrawals ofBids 1.62 Exceptions to Bid 1.63 Warranty of Authority 1.64 Warranty ofAbility to Perform Page 1 FLORIDA SHERIFFS ASSOCIATION Contract Terms and Conditions Rev Q1I21H5 GENERAL CONDITIONS -1.0 1.1 SEALED BIDS An Original andone(1)copyof the Bid aswellasanyother pertinent documents must be returned in orderforthebidtobe considered for award.All bidsaresubjecttotheconditionsspecifiedhereonand on the attachedSpecialConditions,Specificationsand Bid Form. Thecompletedbidmustbesubmittedinasealedenvelope clearly markedwiththe Bid Title to the Florida Sheriffs Association,1st Floor,2617 Mahan Drive,Tallahassee FL 32308.Facsimile,electronic,or faxedbidswillnotbe accepted. 1.2 EXECUTION OFBID Bid must contain a manual signature ofan authorized representative inthespace provided on the Bid signaturepage.Failure toproperlysignbidshallinvalidatesameanditshallNOTbeconsideredfor award.All bidsmustbecompletedinpenandinkortypewritten.No erasures arepermitted.Ifa correction is necessary,draw a single line through the entered figure and enterthe corrected figure aboveit.Corrections mustbe initialed bythe person signing thebid.Any illegible entries,pencil bidsor corrections not initialed will notbetabulated.The original bidconditionsand specifications CANNOT be changedoralteredinanyway.Alteredbidswillnotbeconsidered.Clarification ofbidsubmittedshallbe in letter form,signedbybiddersand attached to the bid. 1.3 LATE BIDS Attime,date and place above,bids will be opened.Any bid or bids received aftertimeand date specified will be returned tothe bidder unopened.The responsibility for submitting a bid beforethestatedtime and date is solely and strictly the responsibility ofthe bidder/proposer.The FSA isnot responsible for delays caused by mail,courier service,including U.S.Mail oranyother occurrence.Any reference totime willbebasedonEasternStandardTime (EST) 1.4 NO BID If not submitting a bid,respond by returning the enclosed "NO BID"form questionnaire,and explain the reason.Repeated failure to bid without sufficient justification shall be cause for removal ofa supplier's name from the bidmailinglist. 1.5 PRICES QUOTED Deduct trade discounts and quote firm net prices.Give bothunit price and extended total,when requested.Prices mustbestatedin units of quantity specified inthe bidding specifications. In case of discrepancy in computing the amount ofthe bid,the UNIT PRICE quoted will govern.All prices mustbe F.O.B.destination,freight prepaid (unless otherwise stated in special conditions).The dealer has theauthoritytoofferdiscountsforpromptpayment. Award,ifmade,will bein accordance withtermsand conditions stated herein.Each itemmustbebid separately and noattemptistobe made totie any itemoritemsin with anyotheritemor items.Cash or quantity discounts offered will notbea consideration in determination of award of bid(s). REV 201F 1.6 TAXES FLORIDA SHERIFFS ASSOCIATION Contract Terms and Conditions Rev 07/27/15 The FSA is a501c3 Organization and exempt from all Federal Excise and State Taxes.State Sales Tax and Use Certificate Number is 59-0708112.Customers making purchase pursuant to the awarded bid are generally exempt from Federal Excise and State Sales Tax.It is the responsibility of the Contractor to verify that the Customer is exempt by obtaining the purchaser's Federal Excise and State Taxes and Use Certificate Number 1.7 MISTAKES Bidders are expected to examine the specifications,delivery schedules,bid prices and extensions and all instructions pertaining to supplies and services.Failure todoso will beatthe bidder's risk. 1.8 CONDITION AND PACKAGING It is understood and agreed that any item offered or shipped as a result of this bid shall bethe latest new and current model offered (most current production model atthe time ofthis bid).All containers shall be suitable for storage orshipment,and all prices shall include standard commercial packaging. 1.9 UNDERWRITERS'LABORATORIES Unless otherwise stipulated in the bid,all manufactured items and fabricated assemblies shall be U.L listed or re-examination listing where such has been established by U.L for the item(s)offered and furnished. 1.10 MINOR IRREGULARITIES/RIGHT TO REJECT The FSA has the right to accept or reject any and all bids,or separate portions thereof,and to waive any irregularity,technicality or omission ifthe FSA determines that doing so will serve in the FSA's best interest.The FSA may also reject any Response not submitted in the manner specified bythe solicitation documents. 1.11 EQUIVALENTS Reve/u The term "Approved Equivalent"is used to allow a bidder to bid components or equipment that are equal tothe components or equipment described in the detailed specifications.The FSA Contract Administrator shall have thesole authority to determine approved equivalents. Brand Names:Catalog numbers,manufacturers'and brand names,when listed,are informational guides astoa standard of acceptable product quality level onlyand should notbe construed asan endorsement ora product limitation of recognized and legitimate manufacturers.Bidders shall formally substantiate and verify that product(s)offered conform with or exceed quality as listed in the specifications. If bidder offers a make or model of equipment or supplies other than those specified in the following,it must so indicate in the bid submittal. Bidder shall indicate onthe bid form the manufacturer's name and number if bidding other than the specified brands,and shall indicate ANY deviation from the specifications as listed.Other than specified items offered requires complete descriptive technical literature marked to indicate detail(s)conformance with specifications and MUST BE INCLUDED WITH THE BID.Specific article(s)ofequipment/supplies shall REV 2015 Page 3 j FLORIDA SHERBFFS ASSOCIATION j Contract Terms and Conditions Rev 07727715 i .I j conform in quality,design and construction with all published claims ofthe manufacturer.NO BIDS WILL I BE CONSIDERED WITHOUT THIS DATA. Lacking anywritten indication ofintenttoquoteanalternatebrandormodelnumber,thebidwillbe considered asabidin complete compliance with the specifications aslistedontheattachedform. Dealers offering alternate makes,manufacturers of vehicles or equipment not specifically identified inthe bid cannot utilize or publish the offering as an "OPTION"within the bid specification and detail.Offerings ofthisnaturewillcausethebidtoberejected. 1.12 NON-CONFORMANCE TO CONTRACT CONDITIONS Itemsmaybetestedfor compliance with specifications.Item delivered,not conforming to specifications may be rejected and returned at vendor's expense.These items and items not delivered as per delivery date in bid and/or purchase order may be purchased onthe open market.Any increase in cost maybe charged against the bidder. Anyviolationof these stipulationsmayalsoresultin: ©Vendor's name being removed from the vendor list. |©All FSA departments and Customers being advised not to do business with vendor. 1 1.13 SAMPLES !Samples of items,when required,must be furnished free of expense and,if not destroyed,will,upon j request,be returned atthe bidder's expense.Bidders will be responsible for the removal of all samples j furnished within (30)days after bid opening.All samples will be disposed of after thirty (30)days.Each individual sample mustbe labeled with bidder's name.Failure of bidder to either deliver required j samples orto clearly identify samples may be reason for rejection ofthe bid.Unless otherwise indicated, samples should be delivered tothe Florida Sheriffs Association,Attention:Cooperative Bid Coordinator, j 1st Floor,2617 Mahan Drive,Tallahassee FL 32308. 1.14 DELIVERY Unless actual date of delivery is specified (or if specified delivery cannot be met),show number of days (in calendar days)required to make delivery after receipt of purchase order,in space provided. Delivery time may become a basis for making an award.Delivery shall be within the normal working hours ofthe user,Monday through Friday,excluding holidays. 1.15 INTERPRETATIONS Unless otherwise stated in the bid,any questions concerning conditions and specifications should be submitted in writing tothe FSA Contract Bid Coordinator at 2617 Mahan Drive,Tallahassee,FL 32308 or by e-mail to:FleetOflsheriffs.org 1.16 BID OPENING Bids shall be opened and publicly read onthe date,time and place specified onthe Bid Form.All bids received afterthedate,time,and place shall be returned,unopened. ^^^HrrH:^,vtt^^^,AT^^fA,tf^-J*w=? REV 2015 " Page 4 FLORIDA SHERIFFS ASSOCIATION Contract Terms and Conditions Rev 07/27/15 1.17 INSPECTION,ACCEPTANCE &.TITLE Inspection andacceptancewillbeatdestinationunlessotherwise provided.Title to/or risk oflossor damage to all items shall bethe responsibility ofthe successful bidder until acceptance bythebuyer unlesslossordamageresultfrom negligence bythebuyer. Ifthe materials or services supplied tothe FSA are found tobe defective ornot conform to specifications, the FSA reserves the right to cancel theorderuponwrittennoticetothe seller andreturnproductat bidder's expense. 1.18 PAYMENT Invoicesfor payment willbe submitted to the FSA or Customer after the items awardedtoa vendor have beenreceived,inspected,andfoundtocomplywith award specifications,freeofdamageor defect and properly invoiced. Invoicesforpaymentasrepairs/replacementswillbe submitted to the FSA orCustomerandpaidfor the durationofthecontract.Invoices willbesubjectto verification and approval by the ordering FSA department or Customer designated representative. 1.19 DISPUTES Incaseofanydoubtor difference ofopinionas to the items tobefurnished hereunder,the decision of the FSA shallbefinalandbindingonbothparties.In the event ofaconflict between the documents,the order of priorityof the documents shallbeasfollows: Any agreement resulting from the awardof this Bid(ifapplicable);then Addenda released forthisBid, with the latest Addendum taking precedence; ©then The Bid; ©Then Awardee's Bid. 1.20 LEGAL REQUIREMENTS Federal,State,county laws,ordinances,rulesandregulations that inany manner affect the items covered hereinapply.Lackof knowledge by the bidderwillinnowaybeacauseforrelieffromresponsibility. 1.21 PATENTS &ROYALTIES Thebidder,without exception,shall indemnify andsaveharmless the FSA andits employees from liability ofanynatureorkind,includingcostand expenses for,oronaccountof,anycopyrighted,patented,or unpatented invention,process,orarticle manufactured or used in the performance of the-contract, including its use by The FSAor Customer. If the bidder usesanydesign,device or materials covered by letters,patent,or copyright,itismutually understood and agreed,without exception,that the bidpricesshallincludeall royalties or cost arising from the use ofsuch design,device,or materials inany way involved in the work. REV 2015 FLORIDA SHERIFFS ASSOCIATION Contract Terms and Conditions Rev 07/27/15 1.22 OSHA Thebidder warrants thatthe product supplied tothe FSA or Customer shall conform in all respects to the standardssetforthinthe Occupational Safetyand Health Actof1970,asamended,andthefailureto comply withthis condition will be considered asa breach ofcontract.Any fines levied because of inadequacies to comply withthese requirements shall beborne solely bythebidder responsible for same. 1.23 SPECIAL CONDITIONS ^^M^P^al Conditions that may vary from theseGeneral Condrtionssh^ 1.24 ANTI-DISCRIMINATION The bidder certifies thathe/sheisin compliance as applicable byState Law withthe non-discrimination clause contained in Section 202,Executive Order 11246,asamendedby Executive Order 11375,relative toequal employment opportunity for all persons without regard to race,color,religion,sex or national origin. 1.25 AMERICANWITH DISABILITIES ACT Torequestthis material in accessible format,sign language interpreters,information onaccessfor persons with disabilities,and/or any accommodation to review any document or participate in any FSA- sponsored proceeding,please contact FSA HR Director at 850-877-2165 (voice),850-878-8665 (fax)five days in advance to initiate your request.TTY users may also call 711 (Florida Relay Service). 1.26 MINORITY BUSINESS ENTERPRISE (MBE) The Florida Sheriffs Association Policy isthat Minority Business Enterprises (MBE)shall have the opportunity to participate in competitive bids.Such process would be for supplying goods and services to FSA and Customers. 1.27 QUALITY All materials used for the manufacture or construction of any supplies,materials or equipment covered by this bid shall be new.The items bid must be new,the latest model,ofthe best quality,and highestgrade workmanship. 1.28 LIABILITY,INSURANCE,LICENSES AND PERMITS Where bidders are required to enter or go onto FSA or Customer property to deliver materials or perform work or services as a result ofa bid award,the successful bidder will assume the full duty,obligation and expense of obtaining all necessary licenses,permits and insurance and assure all work complies with all applicable County code requirements as well asthe Florida Building Code.The bidder shall be liable for any damages or loss to the FSA or Customer occasioned by negligence of the bidder (or agent)or any personthebidderhasdesignatedinthe completion ofthecontractasaresultofhisorher bid. REV 2015 Page 6 FLORIDA SHERIFFS ASSOCIATION Contract Terms and Conditions Rev 07/27/15 1.29 BID BONDS,PERFORMANCE BONDS,CERTIFICATES OF INSURANCE Bid Bonds,when required,shall be submitted with the bid in the amount specified in Special Conditions. After acceptance of bid,the FSA will notify the successful bidder to submit a performance bond and certificate of insurance inthe amount specified in Special Conditions 1.30 DEFAULT Failure or refusal ofa bidder to execute a contract upon award,or withdrawal ofa bid before such award is made,may result in forfeiture of that portion of any bid surety required equal to liquidated damages incurred bythe FSA thereby,orwhere surety Is not required,failure toexecutea contract as described abovemaybegroundsforremovingthebidderfromthe bidder's list. 1.31 CANCELLATION In the event any ofthe provisions of this bid are violated bythe contractor,the Contract Manager shall givewrittennoticetothe contractor stating the deficiencies andunless deficiencies are corrected within ten (10)businessdays,recommendation will bemadetothe FSA for immediate cancellation.The FSA reserves the right to terminate any contract resulting from this invitation at any time and for any reason, upon giving thirty (30)days prior writtennoticetotheother party. 1.32 SEVERABILITY In theevent any provision ofthis contract is held tobe unenforceable for any reason,the unenforceability thereof shall notaffecttheremainderofthecontractwhich shall remainin full forceand effect and enforceable in accordance with its terms. 1.33 BILLING INSTRUCTIONS Invoices,unlessotherwise indicated inthese Contract Term and Conditions,mustshow purchase order numbers and shall besubmittedtothe Florida Sheriffs Association,2617 Mahan Drive,Tallahassee,FL 32808or P.O.Box12519Tallahassee,FL 32317-2519 1.34 NOTESTO VENDORS DELIVERINGTOTHEFSA Receiving hoursareMondaythrough Friday,excluding holidays,from8:30a.m.to4:00p.m. 1.35 SUBSTITUTIONS The FSA WILL NOT acceptsubstituteshipmentsofany kind.Bidder(s)isexpectedto furnish the brand quoted intheirbidonceawarded.Any substitute shipmentswillbereturnedatthebidder'sexpense. 1.36 FACILITIES The FSA reservesthe right toinspectthe bidder's facilities atanytimewith prior notice. REV 2015 Page 7 FLORIDA SHERIFFS ASSOCIATION Contract Terms and Conditions Rev 07/27/15 1.37 BID TABULATIONS Bidders desiring acopyofthebidtabulationmayrequestsameby enclosing aself-addressedstamped envelope with the bid. 1.38 AUTHORITYTO RESOLVE PROTESTED BIDS AND PROPOSED AWARDS (a)Right to protest.Any actual bidder,qualified proposer,or interested parties (hereinafter collectively referredtoas the "bidder)whohasasubstantial interest in,andisaggrievedinconnectionwiththe solicitation orproposed award of,arequestfor proposals ("RFP"),requestfor qualifications ("RFQ"), requestforlettersofinterest ("RFU)or invitation tobidforgoodsand/orservices("hereinafter collectively referredtoasthebid")mayprotesttothe contract administrator orhisorher designee. Protest arising from the decisionsand votes ofanyevaluationor selection committee shallbelimitedto protestbasedupon deviation(s)from established purchasing proceduressetforthby FSA policy and proceduresandspecification,requirements and/or terms setforthinanybid. (1)Anyprotestconcerningthebid specifications,requirements,and/ortermsmustbemadewithin three (3)businessdays(forthepurposeofthissection"business day"meansadayotherthan Saturday,Sunday ora national holiday),from thetimethe facts become known and,inany case,at least two (2)business days prior tothe opening ofthe bid.Such protest must bemadein writing to the contract administrator orhisorher designee and such protest shall statethe particular grounds on which itisbasedand shall include all pertinentdocumentsand evidence.Noprotest shall be accepted unlessit complies withthe requirements ofthissection.Failure totimelyprotestbid specifications,requirements and/ortermsisa waiver ofthe ability to protest the specifications, requirements and/or terms. (2)Any protest afterthe bid opening,including challenges to actions ofany evaluation or selection committeeas provided in subsection (a)above shall besubmittedin writing tothe contract administrator,orhisorher designee.FSA will allow such bid protesttobe submitted anytime until two(2)businessdaysfollowingthereleaseof the contractadministrator'swrittenrecommendation tothe FSA for award ofthebidin question.Such protest shall statethe particular grounds on which itis based and shall include all pertinent grounds on which itis based,and shall include all pertinent documents and evidence.No bid protest shall be accepted unless it complies with the requirements of this section.All actual bidders shall be notified in writing (which may be transmitted by electronic communication,suchas facsimile transmission and/or e-mail),following the release ofthe contract administrators written recommendation to the FSA. (b)Any bidder who is aggrieved in connection with the solicitation or proposed award ofa purchase order based onan oral orwritten quotation mayprotesttothe FSA Contract Administrator orhisorher designee anytime during the procurement process,uptothe time ofthe award ofthe purchase order, butnot after such time,Such protest shall be made in writing and state the particular grounds on which it is based and shall include all pertinent documents and evidence.No bid protest shall be accepted unless itcomplieswith the requirements of thissection. (c)The FSA may request reasonable reimbursement for expenses incurred in processing any protest hereunder,which expenses shall include,but not limited to staff time,legal fees and expenses (including expert witness fees),reproduction of documents and otheroutofpocket expenses. (d)Authority to resolve protest.The contract administrator or his or her designee shall have the authority to settleandresolveaprotest concerning the solicitation or award ofthebid. REV 2015 Page 8 FLORIDA SHERIFFS ASSOCIATION Contract Terms and Conditions Rev 07/27/15 (e)Responsiveness.Prior to any decision being rendered under this section with respect to a bid protest,the contract administrator and the FSA legal counsel,or their respective designees,shall certify whether the submission oftheir bidder tothe bid in question is responsive.The parties tothe protest shall be bound by the determination of the contract administrator and the FSA legal counsel with regard to the issue of responsiveness. (f)Decision and appeal procedures.If the bid protest is not resolved by mutual agreement,the contract administrator and FSA Legal counsel,or their respective designees,shall promptly issue a decision in writing.The decision shall specifically state the reasons for the action taken and inform the protestor of hisorherrighttochallenge the decision. (g)Any person aggrieved by any action or decision ofthe contract manager,FSA legal counsel,or their respective designees,with regard to any decision rendered under this section may file an appeal.See 1.38(h). (h)All appeals arising under or relating to this Agreement are tobe settled by binding arbitration in the State of Florida.Should the unsuccessful bidder(s)decide to appeal the decision ofthe FSA,they shall file a notice to FSA within 72 hours ofthe FSA bid protest decision regarding theirintenttorequest arbitration. A demand for arbitration with the American Arbitration Association's (AAA)commercial panel under its rules and regulations mustbemade within 10 days ofthe FSA bid protestdecision. Anypersonwhofilesfor arbitration withthe AAA shallpostwiththe Florida Sheriffs Association atthe timeof filing the formal written arbitration request,a bond,cashier's check ormoneyorder payable to the Florida Sheriffs Association intheamount equal to $5,000.00.Failure to provide written notice to FSA,file a demand for arbitration with the AAA,or failure to post the required bond and security requirement withinthe specified timelines shall constitutea waiver of arbitration proceedings. Ifthe party filing for arbitration doesnot prevail,it shall pay all costs,legal expenses and attorney fees of the prevailing party.However,ifthe filing party prevails,the parties shall share equally thefeesand expensesofthe arbitration andAAAbearthecostoftheirownattorneyfees.For the purpose of arbitration,the filing party shall notstaythe implementation ofthebid award by the Florida Sheriffs Association. (i)The arbitration shall beconductedona confidential basis pursuant tothe Commercial Arbitration Rules ofthe American Arbitration Association.Any decision or award asaresultofanysuch arbitration proceedingshallbeinwritingandshallprovideanexplanationforallconclusionsoflawandfactand shall includetheassessmentofcostandexpenses,andreasonableattorneys'fees.Anysuch arbitration shall beconductedbyanarbitratorexperiencedintheindustryandshallincludeawrittenrecordofthe arbitration hearing.The parties reservethe right toobjecttoany individual who shall beemployedbyor affiliatedwithacompetingorganizationorentity. Anyactionnot brought ingoodfaithshallbesubjecttosanction'sincludingdamages suffered bythe FSA andthe legal counsel'sfeesincurredbythe FSA in defense ofsuchwrongfulaction. (j)Distribution.Acopyofeachdecisionbythecontract administrator andthe FSA Legal counsels shall be mailedorotherwisefurnishedimmediatelytotheprotestor. (k)Stayofprocurementsduringprotest.In the event ofatimelyprotestunderthissection,the contract administratorshallnotproceedfurtherwiththesolicitationorwith the awardpursuanttosuchbid REV 2015 ~~ Page 9 FLORIDA SHERIFFS ASSOCIATION Contract Terms and Conditions Rev 07/27/15 unlessa written determination is made by the FSA ExecutiveDirectororhisorher designee,that the award must be made without delayinordertoprotectasubstantial interest of the FSA. (I)The institution and filing ofa protest under this article isan administrative remedy that shall beemployed priorto the institutionand filing ofanycivilactionagainst the FSA concerning the subject matter of protest. (m)Protestnottimelymadeunderthissectionshallbebarred.Anybasisorgroundforaprotest not set forthin the letterof protest requiredunderthissectionshallbe deemed waived. (n)Atthetimeofthe contract administrator's recommendation for award a bid is presented atameeting withthe FSA Executive Director,orhisorher designee shall reportany legal issues relative toanybid protest filedin connection withthebidinquestion. (o)Thedeterminationof the contract administrator andthe FSA legal counselwith regards to all procedural and technical matters shall be final. 1.39 CLARIFICATIONAND ADDENDA TOBIDSPECIFICATIONS If any person contemplating submitting a Bid under this Solicitation is in doubtastothetrue meaning of the specifications or other Bid documentsoranypartthereof,theBiddermustsubmittothe FSA Contract Specialist atleastten(10)calendardays prior toscheduled Bid opening,arequestfor clarification.All suchrequestsfor clarification mustbemadein writing andthe person submitting the requestwillberesponsibleforitstimelydelivery. Anyinterpretationof the Bid,ifmade,willbemadeonlyby Addendum dulyissuedby the FSA.The FSA shall issuean Informational Addendumif clarification or minimal changes are required. The FSA shall issuea Formal Addendumif substantial changeswhichimpactthetechnical submission of Bids are required.In theeventof conflict withthe original Contract Documents,Addendum shall govern all other Contract Documents totheextent specified.Subsequent addendum shall govern over prior addendum onlyto the extent specified. The Bidder shall be required to acknowledge receipt ofthe Formal Addendum by signing in the space provided onthe Bid Form.Failure to acknowledge Addendum shall deemits Bid non-responsive; provided,however,thatthe FSA maywaivethisrequirementinitsbestinterest.The FSA willnotbe responsible for anyother explanation or interpretation made verbally orin writing byanyother FSA representative. 1.40 DEMONSTRATION OF COMPETENCY Pre-award inspection ofthe Bidder's facility may be made prior tothe award of contract.Bids will only be considered from firms which are regularly engaged in the business of providing the goods and/or services as described in this Bid. Bidders mustbeabletodemonstrateagood record of performance for a reasonable period of time,and have sufficient financial support,equipmentand organization toensurethey can satisfactorily execute the services if awarded a contract under the terms and conditions herein stated. REV 2015 Page 10 FLORIDA SHERIFFS ASSOCIATION Contract Terms and Conditions Rev 07/27/15 The terms "equipment and organization"as used herein shall be construed to mean a fully equipped and well established company in line with the best business practices in the industry and as determined bv the FSA. The FSA may consider any evidence available regarding the financial,technical and other qualifications and abilities ofa Bidder,including past performance (experience)with the FSA in making the award inthe best interest of the FSA. The FSA may require Bidders to show proof that they have been designated as authorized representatives ofa manufacturer or supplier which is the actual source of supply.In these instances,the FSA may also require material information from the source of supply regarding the quality,packaging,and characteristics of the products to be supplied to the FSA through the designated representative.Any conflicts between this material information provided bythe source of supply and the information contained inthe Bidder's Bid may render the Bid non-responsive. The FSA may,during the period thatthe Contract between the FSA and the successful Bidder is in force, review the successful Bidder's record of performance to insure thatthe Bidder is continuing to provide sufficient financial support,equipment and organization as prescribed in this Solicitation.Irrespective of the Bidder's performance on contracts awarded toitbythe FSA,the FSA may place said contracts on probationary statusandimplement termination procedures. If the FSA determines thatthe successful Bidder no longer possesses the financial support,equipment and organization which would have been necessary during the Bid evaluation period in order to comply withthisdemonstrationofcompetencysection. 1.41 DETERMINATION OF AWARD The FSA shall award the contract tothe lowest and best bidder.In determining the lowest andbest bidder,in addition toprice,there shall be considered the following: ©The ability,capacityand skill of the biddertoperformtheContract ©Whetherthebidder can perform the Contract within thetime specified,without delay or interference. ©The character,integrity,reputation,judgment,experienceand efficiency ofthe bidder. ©Thequalityof performance ofpreviouscontracts. ©Thepreviousandexisting compliance bythebidderwithlawsandordinancesrelatingtothe Contract. 1.42 ASSIGNMENT The contractor shall not assign,transfer,convey,sublet or otherwise dispose ofthis contract,including anyorallofitsright,title orinteresttherein,orhisoritspowertoexecutesuchcontracttoany person, company or corporation without prior written consent of the FSA. 1.43 LAWS,PERMITS AND REGULATIONS Thebiddershallobtainandpayfor all licenses,permits andinspectionfeesrequiredforthis project;and shall complywithalllaws,ordinances,regulations andbuildingcoderequirements applicable tothework contemplated herein. 1.44 ELIMINATION FROM CONSIDERATION REV 2015 Page 11 FLORIDA SHERIFFS ASSOCIATION Contract Terms and Conditions Rev 07/27/15 This bid solicitation shall notbe awarded to any person or dealer whois in arrears tothe FSA uponany debt,taxesorcontractswhicharedefaultedassuretyorotherwiseuponanyobligationtothe FSA.revs/m 1.45 WAIVER OF INFORMALITIES The FSA reserves the righttowaiveanyinformalitiesorirregularitiesinthisbidsolicitation. 1.46 ESTIMATED QUANTITIES Estimatedquantitiesorestimated dollars,if provided,arefor FSA guidanceonly.No guarantee is expressed orimpliedastoquantitiesordollarsthatwillbeusedduring the contractperiod.TheFSAis notobligatedtoplaceanyorderforagivenamount subsequent totheawardofthisbid solicitation. Estimatesarebaseduponthe FSA's actual needsand/orusageduringapreviouscontract period.The FSA forpurposesofdeterminingthelowbiddermeeting specifications mayusesaidestimates. 1.47 COLLUSION Bids from related parties:Where two (2)or more related parties each submit a bid or bid for any contract,suchbidsorbidsshallbe presumed tobecollusive. The foregoing presumption may be rebutted by presentation of evidence astothe extent of ownership, controlandmanagementofsuch related parties inthe preparation andsubmittalofsuchbidsorbids. Related parties meanbiddersor proposers orthe principals thereof which havea direct orindirect ownership interest in another bidder or proposer for the same contract or in which a parent company or the principals thereofofone (1)bidder or proposer have a direct or indirect ownership interest in another bidder or proposer for thesame contract.Bids orbids found tobe collusive shall be rejected. Bidders or Proposers whohavebeen found tohave engaged in collusion will be considered non- responsible,and will be suspended or barred,and any contract resulting from collusive bidding may be terminated for default. 1.48 REASONABLE ACCOMMODATION In accordance with the Title II ofthe Americans with Disabilities Act,any person requiring an accommodationatthe Bid openingbecauseofa disability mustcontactthe FSA Human Resources at (850)877-2165 1.49 GRATUITIES Proposers shall not offer any gratuities,favors,or anything of monetary value to any official,employee, oragentofthe FSA,for thepurposeof influencing consideration ofthis bid. 1.50 SIGNED BIDCONSIDEREDANOFFER The signed bid shall be considered anofferonthe part ofthe bidder or contractor,which offer shall be deemed accepted upon approval bythe FSA and in case of default onthe part of successful bidder or contractor,aftersuch acceptance,the FSA may procure theitemsor services fromother sources and hold the bidder or contractor responsible for any excess cost occasioned or incurred thereby. REV 2015 :"— Page 12 FLORIDA SHERIFFS ASSOCIATION Contract Terms and Conditions Rev 07/27/15 1.51 BID CLARIFICATION Anyquestionsor clarifications concerningthisInvitationto Bid shallbesubmittedinwritingbymailor facsimile tothe Florida Sheriffs Association,Cooperative Bid Coordinator 1st Floor,2617 Mahan Drive, Tallahassee FL 32308acopyto dterpak(S)flsheriffs.org withthebid title/number shallbe referenced on all correspondence.All questionsmustbereceivednolaterthanten (10)calendar days prior to the scheduled bid opening date. All responsesto questions/clarifications will besentto all prospectivebiddersintheform of an addendum.NO QUESTIONS WILLBE RECEIVED VERBALLYORAFTERSAIDDEADLINE. 1.52 TIE BIDS Please beadvisedthatinaccordancewith Florida Statues Section 287.087,regarding identical tiebids, preferencewillbegiventovendors certifying thattheyhaveimplementedadrugfreeworkplace program.A certification formwillberequiredat the time of Bid submission. 1.53 PUBLIC ENTITY CRIMES (PEC) Inaccordancewith the PublicEntityCrimesAct(Section287.133)apersonoraffiliate who has been placedon the convicted vendor listmaintainedby the Stateof Florida Departmentof Management Services following a conviction for public entitycrimesmaynotsubmitabidona contract to provide any goods or services toapublic entity,maynot submit abidona contract withapublic entity for the constructionorrepairofapublicbuildingorpublicwork,maynot submit bidsonleasesofrealproperty topublic entity,may not be awarded orperform work asa contractor,supplier,sub-contractor,or consultant under acontractwithapublicentity,andmaynottransactbusinesswithanypublic entity in excess of the threshold amount provided in Sec 287.017,for CATEGORY TWOforaperiod of 36 months from the date of being placedon the convicted vendor list. 1.54 DETERMINATION OF RESPONSIVENESS Determination of responsiveness willtakeplaceat the time ofbid opening and evaluation.Inordertobe deemed a responsive bidder,your bid must conform inallmaterial respects to the requirements stated in their Bid. 1.55 DELIVERY TIME Vendors shall specify on the attached BidForm,the guaranteed delivery time (incalendardays)foreach item.It must be afirm delivery time;norangeswill be accepted,i.e.;12-14 days. 1.56 CONE OF SILENCE This invitation to bidis subject to the "Cone of Silence"in accordance with FSA policy.Duringthisperiod all questions /communication willonlybe accepted inwritingdirectly to the contract administrator.All questions and communication and their associated responses willbe posted to the VEBA website. REV 2015 Page 13 Contract Terms and Conditions Rev 07/27/15 1.57 RIGHT TO AUDIT Contractorshallestablishandmaintainareasonableaccounting system that enables Florida Sheriffs Association (hereafter known as 'FSA')to readily identify Contractor's Sales. FSAandits authorized representatives shallhave the righttoaudit,to examine,andto make copies of or extracts fromallfinancialand related records(in whatever form they may be kept,whether written, electronic,or other)relatingtoorpertainingtothisContractor Agreement andall government salesand eligibleusersinfofor review and kept byor under the control of the Contractor,including,but not limited to those kept by the Contractor,its employees,agents,assigns,successors,and subcontractors.Such records shall include,but not be limitedto,accounting records,written policiesand procedures; subcontract files(includingproposalsofsuccessfuland unsuccessful bidders,bidrecaps,etc.);allpaid vouchers including those for out-of-pocket expenses;other reimbursement supported by invoices; ledgers;cancelled checks;deposit slips;bank statements;journals;original estimates;estimating work sheets;contract amendments and change orderfiles;backchargelogsand supporting documentation; insurance documents;memoranda;and correspondence. Contractor shall,atall times during the term ofthisContractor Agreement andforaperiod of Three (3) years after the completion of this Contractor Agreement,maintain suchrecords,together withsuch supporting or underlying documents and materials.The Contractor shallat any time requested by FSA, whether duringor after completion ofthisContractor Agreement,andatContractor'sown expense make such records availablefor inspection and audit (including copies and extracts of recordsas required)by FSA.Suchrecordsshallbemadeavailableto FSA (subject toa three day written notice) during normal business hours. FSA at their option may select the Contractor's office,placeof business or offsite locationfor the audit; and/or optiontohavethecontractorprovide financial records,together withthesupportingor underlying documents andrecords,viae-mailor phone forauditata time andlocation that is convenient for FSA. Contractor shall ensure FSA has these rightswith Contractor's employees,agents,assigns,successors, and subcontractors and the obligations of these rightsshallbeexplicitlyincludedinany subcontracts or agreements formed between the Contractorandany subcontractors to the extent that those subcontracts or agreements relate to fulfillmentof the Contractor's obligations to FSA. Costsofany audits conducted under the authority of thisrightto audit and not addressed elsewhere will beborneby FSA unlesscertainexemption criteria aremet.If the auditidentifiesunder reporting, overpricingor overcharges (ofanynature)bythe Contractor to FSA in excess of three (3)percent (3%)of the total contract billings,the Contractor shall reimburse FSA for the total costs of the audit not to exceed $5,000.00.Iftheaudit discovers substantive findings related to fraud,misrepresentation,ornon performance,FSA may recoupall the costsof the audit work from the Contractor. Any adjustments and/or payments that must be made asaresult of anysuchauditor inspection ofthe Contractor's invoices and/or records shallbe made within a reasonable amount of time (not to exceed90 days)from presentation of FSA's findingstoContractor. 1.58 TERMINATION FOR DEFAULT REV 2015 Page 14 FLORIDA SHERIFFS ASSOCIATION Contract Terms and Conditions Rev 07/27/15 If through any cause within the reasonable control ofthe successful bidder,it shall fail to fulfill in a timely manner,orotherwiseviolateanyofthecovenants,agreements,or stipulations material to the Agreement,the FSA shall thereupon have the right toterminatethe services then remaining to be performed by giving writtennoticetothe successful bidderofsuch termination which shall become effectiveuponreceiptbythesuccessfulbidderof the writtenterminationnotice. In thatevent,the FSA shall compensate the successful bidder in accordance withtheAgreementfor all services performed bythebidder prior to termination,netofanycosts incurred bythe FSA asa consequence of the default. Notwithstanding the above,the successful bidder shall notbe relieved of liability tothe FSA for damages sustained bythe FSA by virtue of any breach ofthe Agreement bythe bidder,and the FSA may reasonably withholdpaymentstothe successful bidderforthepurposesofsetoffuntilsuchtimeasthe exact amount of damages due the FSAfrom the successful bidder is determined. 1.59 TERMINATION FOR CONVENIENCE OFFSA The FSA,forits convenience,canterminatethe contract inwholeorpartwithout cause by giving written noticetothe contractor ofsuch termination,which shall becomeeffectivethirty (30)days following receipt by bidder of such notice. In thatevent,all finished orunfinisheddocumentsandothermaterials shall be properly deliveredtothe FSA. The contractor shall not furnish any product afterit receives thenoticeoftermination,exceptas necessary to complete the continued portionof the contract,ifany.Thecontractorshall not be entitled torecoveranylostprofits that the contractor expected toearnon the balancedof the Agreement or cancellation charges. Any payments to the contractor shallbeonlyto the total extent of the FSA liabilityfor goods orservices delivered prior to the date of notice to terminate the contract. 1.60 INSURANCE AND INDEMNIFICATION:(See Check Listfor applicability tothiscontract) Contractorshallbefullyliablefor the actionsofitsagents,employees,partners,or subcontractors and shall fully indemnify,defend,andholdharmlessthe Florida Sheriffs Association,the participating agencies,and their officers,agents,and employees fromsuits,actions,damages,and costs of every name anddescription,includinglegalcounsels'fees,arising fromorrelatingtopersonalinjuryanddamageto realorpersonaltangible property allegedtobecausedin whole orinpartby bidder,itsagents, employees,partners,or subcontractors;provided,however,that the bidder shall not indemnify for that portionofanylossor damages proximately causedby the negligentactoromissionof the Florida Sheriffs Association,and participating agencies. Contractor's obligations under the above paragraphwith respect tolegalactionare contingent upon the Florida SheriffsAssociation,participatingagenciesgiving the bidder(1)written notice of any action or threatened action,(2)the opportunity totakeoverand settle or defend anysuchactionatbidder'ssole expense.Contractor shall not beliableforanycost,expense or compromise incurredby the Florida SheriffsAssociation,orparticipatingagenciesinanylegalaction without bidder's prior written consent, which shall not be unreasonably withheld. REV 2015 Page 15 FLORIDA SHERIFFS ASSOCIATION Contract Terms and Conditions Rev 07/27/15 The contractor shall be responsible forhis work and every part thereof,andforall materials,tools, appliances and property of every description,usedin connection withthisparticular project.The contractor shallspecificallyanddistinctlyassume,anddoessoassume,allrisksofdamageor injury to property orpersonsusedoremployedonorinconnectionwith the workandofalldamageor injury to any person or property wherever located,resulting from any action or operation under the contract orin connection with the work.Itis understood and agreed that atall times the contractor is acting as an independent contractor. The contractor,atall times during the fulldurationof work under this contract,includingextra work in connection withthis project shall meet the following requirements: Maintain Automobile LiabilityInsuranceincludingPropertyDamagecoveringall owned,non-owned or hired automobiles and equipment used in connection with the work. No change orcancellationin insurance shallbe made without thirty (30)days written notice to the FSA Contract Manager. All insurance policiesshallbeissuedby companies authorized to do business under the laws of the State of Florida and these companiesmusthavearatingofatleast B+:VIor better perBest's Key RatingGuide, latest edition. Original signedCertificatesof Insurance,evidencingsuchcoverage'sand endorsements asrequired hereinshallbefiledwithandapprovedby the FSA ContractManager before workisstarted. Thecertificatemuststate Bid NumberandTitle.Uponexpirationoftherequiredinsurance,the contractor must submit updated certificatesofinsuranceforaslongaperiodasany work isstillin progress. Itisunderstoodandagreedthat all policies of insurance provided bythe contractor are primary coverage toanyinsuranceorself-insurancethe FSA possesses that mayapplytoalossresultingfromthework performed in this contract. Allpoliciesissuedtocoverthe insurance requirementsherein shall provide full coveragefromthe first dollar of exposure.Nodeductibles will beallowedinany policies issuedonthiscontractunless specific safeguardshavebeenestablishedtoassureanadequatefundforpaymentofdeductiblesbythe insured andapprovedbythe FSA's ContractManager. The liability insurance coverage shall extendtoandincludethe following contractual indemnityandhold harmless agreement: "The contractor hereby agrees to indemnify and hold harmless the FSA,a 501c3,its officers,agents,and employees from all claimsforbodily injuries tothe public inanduptotheamountof $1,000,000.00 for eachoccurrenceandfor all damagestothepropertyofothersinanduptotheamountof $1,000,000.00 foreach occurrence perthe insurance requirementunderthe specifications including costs of investigation,all expensesof litigation,including reasonable legal counsel feesandthecostof appeals arising outofany such claims orsuits because ofanyand all actsof omission or commission ofanybythe contractor,hisagents,servants,oremployees,orthroughthemereexistenceoftheprojectunder contract". REV 2015 Page 16 FLORIDA SHERIFFS ASSOCIATION Contract Terms and Conditions Rev 07/27/15 The foregoing indemnity agreement shall apply to any and all claims and suits other than claims and suits arising out of the sole and exclusive negligence of the FSA,its officers,agents,and employees,as determinedbyacourtofcompetent jurisdiction. The contractor will notify his insurance agent without delay ofthe existence ofthe Hold Harmless Agreement contained within this contract,and furnish a copy ofthe Hold Harmless Agreement tothe insuranceagentandcarrier. The contractor will obtain and maintain contractual liability insurance in adequate limits for the sole purpose of protecting the FSA under the Hold Harmless Agreement from any and all claims arising outof thiscontractual operation. The contractor will secure and maintain policies of subcontractors.All policies shall be made available to the FSA upon demand.Compliance by the contractor and all subcontractors with the foregoing requirements asto carrying insurance and furnishing copies ofthe insurance policies shall not relieve the contractor andall subcontractors oftheir liabilities and obligations underanySection or Provisions ofthis contract.Contractor shallbeas fully responsible tothe FSA fortheactsand omissions ofthe subcontractor and of persons employed by them as he is for acts and omissions of persons directly employed byhim. Insurance coverage required inthese specifications shall bein force throughout the contract term.Should any awardee fail to provide acceptable evidence of current insurance within seven days of receipt of written notice atanytime during the contract term,the FSA shall have the right to consider the contract breached and justifying the termination thereof.If bidder doesnotmeetthe insurance requirements of the specifications;alternate insurance coverage,satisfactory tothe FSA Contract Manager,may be considered. Itis understood and agreed thatthe inclusion of more thanone insured underthese policies shall not restrict the coverage provided bythese policies for one insured hereunder with respect toa liability claim orsuitby another insured hereunder oran employee ofsuchother insured andthatwithrespectto claimsagainstanyinsuredhereunder,otherinsured'shereundershallbeconsideredmembersof the public;butthe provisions ofthis Cross Liability clause shall apply only with respect to liability arising out ofthe ownership,maintenance,use,occupancy or repair of such portions ofthe premises insured hereunder asarenot reserved for the exclusive useof occupancy ofthe insured against whom claim is made or suit is filed. 1.61 MODIFICATION/WITHDRAWALS OFBIDS A Bidder maysubmitamodified bid to replace all orany portion ofa previously submittedbidup until the bid due date and time. Modifications received after the bid due date and time will not be considered. Bids shallbe irrevocable untilcontractawardunlesswithdrawnin writing priortothebidduedateor after expiration of120 calendar days from the opening of Bids withouta contract award. Lettersof withdrawal receivedafterthebidduedateandbefore said expiration dateandlettersof withdrawal received after contract award will not be considered. 1.62 EXCEPTIONS TO BID: REV 2015 Page 17 aHES Contract Terms and Conditions Rev 07/27/15 Bidders are strongly encouraged to thoroughly review the qualification requirements set forth inthis ITB, specifically theminimum specifications foundinSection3,identifiedbythewords"must","shall",and "will".Bidders who fail to satisfy the requirements setforth,maybedeemed nonresponsive andreceive no further consideration. Shouldyour proposed bidnotbeabletomeetone(1)ormoreoftherequirementssetforthin this ITB andyouare proposing alternatives to said requirements,youmustnotifythe FSA Cooperative Bid Coordinator's Officeinwritingatleastfive(5)dayspriorto the deadlineforsubmissionofbids.The FSA reserves the right to revise thescopeof services viaaddendum prior tothe deadline for receiptofbids. 1.63 WARRANTY OF AUTHORITY: Each person signing the Contract warrants thatheorsheisdulyauthorizedtodosoandtobindthe respective party to the Contract. 1.64 WARRANTY OFABILITYTOPERFORM: The Contractor warrants that,tothebestof his orher knowledge,thereisno pending orthreatened action,proceeding,or investigation,or any other legal or financial condition,that would in any way prohibit,restrain,or diminish the Contractor's ability to satisfy its Contract obligations.The Contractor warrants that neither itnorany affiliate is currently onthe convicted vendor list maintained pursuant to section 287.133 ofthe Florida Statues,oronany similar list maintained byanyotherstateorthe federal government.See 1.53.The Contractor shall immediately notifythe FSA and Customer in writing ifits ability to perform is compromised inanymannerduring thetermofthe contract. REV 2015 " Page 18 FLORIDA SHERIFFS ASSOCIATION Contract Terms and Conditions Rev 07/27/15 SPECIAL CONDITIONS -2.0 2.0Purpose 2.1 Term of Contract 2.2 Estimated Quantities 2.3SheriffasCountyConstitutionalOfficer 2.4Cooperative Purchasing 2.5Funding 2.6 Definitions revb/is 2.7 Eligible Customers ofContract rev e/u 2.8 Method of Award 2.9 Workshops -Vehicle Contract/Specifications revs/w 2.10 Pre-Bid Conference revs/m 2.11 Contact Person rev6/is 2.12 Communications 2.13PricesShallBeFixedandFirmfor the Term of Contract 2.14OptiontoRenewwith Price Adjustment 2.15 References 2.16 Bidder Qualifications 2.17 Late Bids 2.18Exceptions to Specifications 2.19CompleteInformationRequiredonBid Form 2.20 Customer Service REV 2015 Page 19 2.0 PURPOSE FLORIDA SHERIFFS ASSOCIATION Contract Terms and Conditions Rev 07/27/15 The Florida Sheriffs Association andthe Florida Association of Counties invite interestedvendors, including Motor Vehicle Manufacturersand Dealers/Certified Representatives tosubmit responses in accordance with these solicitation documents.TheFloridaSheriffsAssociationwill serve as the "Contract Administrator"inthe solicitation processandthe administration ofthe resulting contract.Thepurposeof thisbidisto establish atwelve (12)monthcontract,beginning October1,2015 andendingSeptember30, ,with manufacturer's authorizeddealersforthepurchaseof2015/16 vehicles andequipmenton a "no trade-in basis". Trade-ins arenotaddressedinthiscontract.If anagencyhasadesiretooffer vehicles/equipment for tradeto the dealer,the agencyanddealermaydosoattheirsolediscretion,separateandapartfrom this contract. 2.1 TERM OF CONTRACT This contract shall remain ineffectforone (1)yearfromdateofcontract execution bythe FSA Contract Administrator,and may be renewed by mutual agreement,atthesole option and discretion ofthe FSA, foruptotwo(2)additional years,onayeartoyear basis. Contractextensions will onlybeexecutedwhenconditionsindicateitisinthebest interest of the FSA and the customers. In theeventthatthecontractisheld beyond theterm herein provided it shall only befroma month-to- monthbasisonlyandshall not constitutean implied renewalofthecontract.Saidmonthtomonth extension shall be upon thesametermsofthecontractandatthe compensation andpayment provided herein. 2.2 ESTIMATED QUANTITIES (Vehicles and Equipment) In FY 2014-15 eligible users purchased approximately 5500 vehicles from the vehicle and equipment bid awards.These estimated figures are given only asa guideline for preparing your bidand should notbe construed as representing projected figures. 2.3SHERIFFASCOUNTYCONSTITUTIONAL OFFICER: The Offices ofthe Sheriff oftheStateof Florida are constitutional officesoftheStateof Florida.Each has the authority either individually or collectively to execute contracts for all goods and services for the properconductofthat office.Section 30.53,Florida Statutes,exemptsthe Sheriff's Offices from the provisions ofthe Florida Statute requiring among other things,sealedand competitive bids procedures. It is our practice to give consideration tothe prices offered,but the Office ofthe Sheriff is not required by law to accept the lowest priced proposal and may reject any or all ofthe proposals without recourse. Nothing in this proposal in any way obligates the participating Sheriffs Offices for any payment for any activity orcosts incurred byanyvendor in responding tothis proposal. 2.4 COOPERATIVEPURCHASING Pursuant to their own governing laws,and subject tothe agreement of the Contractor,other entities may be permitted to make purchases atthe terms and conditions contained in section 2.7 Eligible Customers of Contract. REV 2015 - Page 20 FLORIDA SHERIFFS ASSOCIATION Contract Terms and Conditions Rev 07/27/15 Non^ustomer purchases are independent of the ^agreement between Customer and Contractor,and Customer shall riofbea partytoany transaction^etwee^ 2.5 FUNDING Funds expended for the purposes of the contract must be appropriated by the individual participating agency for each fiscal year included within the contract period.Therefore,the contract shall automatically terminate without penalty ortermination of costs if such funds are not appropriated. 2.6 DEFINITIONS The following termsare defined asthe following (a)"Contract Administrator"means the Florida Sheriffs Association in its role in administering the solicitation and contract administration process for the Florida Sheriffs Association andthe Florida Association of Counties. (b)"Fleet Management Advisory Committee (FMAC)"means an employee of Sheriffs Offices and other local govemmental agencies in the State of Florida and/or any other person who FSA identifies as subject matter expert who will assist with the development of bid specifications and evaluation of bidresponses. (c)"Contractor"means the bidder that has been awarded and agrees to sell vehicles,trucks,or equipment,as contained in these specifications,which meetthe requirements,specifications, termsandconditionsofthisagreement,to eligible customers,asdefined herein. (d)"Customer"meansan eligible customerasdefinedin2.7 (e)"VEBA"means the Florida Sheriffs Association's Vehicle Equipment Bid Award System located at http://veba.flsheriffs.org,which isthe online system created for the submission of electronic bids andtabulationofbidresultsforthe specifications containedherein.See3.0 VEBA. (f)"Bid"shall meana competitive bid procedure established through the issuance ofan invitation to bid.Theterm "bid"asused herein,shall not include request for proposals,request for qualifications,request for lettersof interest,orthe solicitation of purchase orders based on oral or written quotations. (g)"Bidder"meanstheentity that submitsdocumentationtothe FSA ContractAdministratorin accordance with these instructions. (h)"Factory"referstothe manufacturer;the assembly line. (i)"Dealer Option"a product orservice provided bythe dealer orother third party;notthe factory. (j)"Up fitter"An individual orbusinesswho installs non-factory optionsona vehicle or equipment; not the factory. (k)"Sub-contractor or 3r party"Refers to an individual or business firm contracting to perform part or another's entire contract. •j,*Jti i-j*-*i -K^vrt—n-J'l1!rB'JJ REV 2015 Page 21 FLORIDA SHERIFFS ASSOCIATION Contract Terms and Conditions Rev 07/27/15 (I)"MSRP(s)"meanstheManufacturer'sSuggested Retail Price,which represents the Manufacturer's recommended retailsellingprice,listprice,publishedprice,or other usualand customary price that wouldbepaidbythepurchaser.The following are acceptable sources of current MSRPs and MSRP Lists foruseinsubmissionofthebid solicitation and the resulting contract: 1.Manufacturer'sComputer Printouts;Ford -"Dora";GeneralMotors-"GM Autobook"; or approved equivalent) 2.ChromeSystems,Inc.'s PC Carbook (e.g.,PC Carbook Plus and PC Carbook Fleet Edition) 3.Manufacturer's Annual U.S.Price Book 4.Manufacturer's official website 5.Edmunds (No subscription req'd) Note:Someofaboveresourcesaboverequireapaidsubscription. (m)"Recognized MSRP"recognized MSRP occurs whenan FSA requestedoptiondoesnotexisttothe basevehiclemodelasafreeflowoptioncontainedinthemanufacturer'sorderguide.This MSRP isgeneratedbythecreationofanewmodel that includes the requested FSA option content. (n)"Balanced Out"atermusedby manufacturers tonotifydealersthe factory has reached maximumcapacityfororders.Vehicle manufacturer'susethis term when referring toanygiven modelyearfor production. 2.7 ELIGIBLE CUSTOMERSOFCONTRACT revs/m Bids will beextendedand guaranteed toany and all unitsof local governments/political subdivisions including butnot limited to county,local county board of public instruction,municipalities and/or police agencies,otherlocalpublicorpublicsafetyagenciesor authorities within the Stateof Florida,and the state universities and colleges.In addition,bids will beextendedandguaranteedtoanyotherentities approved by manufacturers to participate inthis contract.The participating agencies cannot guarantee anyorderotherthanthoseorderedthrough each individual agency. All agencies are boundby their local governing purchasing ordinances,rules and regulations and shall applyto purchases madeunderthis contract.All contractor/dealers are governed bytheir manufacturer's agreement.Seealso2.5Funding. The State of Florida,Department of Management Services,Division of State Purchasing administers statewide contracts and agreements for useby Florida State agencies,local governments,educational institutions,and other entities as defined in 60A-1.005,Florida Administrative Code.If yougotothe Florida Department ofState'swebsiteand look up Florida Administrative Code 60A-1.005 itstatesthe following: 60A-1.00S Eligible Users, Thefollowingentitiesareeligibleusers: (1)All govemmental agencies,asdefined in Section 1633164,F.S.,which have a physical presence within the State ofFlorida; (2)Any independent,nonprofit college or university that is located within the State of Florida and b accredited by the Southern Association of Colleges and Schools.Specific Authority 287.042(12)FS.Law Implemented 287.012(12)FS.History-New 8-24-04. 2.8 METHOD OF AWARD Award of this contract will be made toa primary bidder.FSA will also identify the second lowest and best bidder per specification and zone tobe utilized in theeventthe primary bidder is unable to fulfill their obligations as defined inGeneral Conditions 1.30and1.31. REV 2015 Page 22 FLORIDA SHERIFFS ASSOCIATION Contract Terms and Conditions Rev 07/27/15 The FSA reserves the right to make multiple awards if deemed in the best interest ofthe FSA.See 3.11 Basis for Award which is specific to vehicles andequipment 2.9 WORKSHOPS -VEHICLE CONTRACT/SPECIFICATIONS Rev6/i4 ALL prospective bidders are required to attend the MANDATORY*vehicle workshop(s).At this time prospective bidders will have the opportunity to offer input and recommendations regarding the content ofthe bid specification and to meet with committee members to answer any questions relative to this invitation to bid.Any suggested modifications may be presented in writing or discussed with the advisory committeeatthismeetingandmaybe considered in formulating the Bid. ALL addendums tothecontract initiated bythe FSA will bepostedonthe Florida Sheriffs Association Vehicle Bid Award System (VEBA)at http://veba.flsheriffs.org.Prospective bidders should check the website periodically foranyaddendumstothe solicitation documents. *FSA reserves the right to grant exceptions based on the dealer/bidder has met all requirements as an approved vendor and agrees to sign a memo ofunderstanding (MOU)that they understand all ofthe terms and conditions ofthe bid and agree tomeet all ofthe terms andconditions without exception andfurther waive their right to protest any portion ofthebidprocess. 2.10 PRE-BID CONFERENCE Rev$/i4 ALL prospective bidders are required to attend the MANDATORY*Pre-Bid conference.At this meeting the bid specifications will be discussed and it is the final opportunity for prospective bidders to make any last requestfor modification,corrections,or addressing other concerns relating tothe bid orthe process. *FSA reserves the right to grant exceptions based on the dealer/bidder has metall requirements asan approved vendor and agrees to sign a memo ofunderstanding (MOU)that they understand all ofthe terms and conditions of the bid and agree tomeetall ofthe terms andconditions without exception andfurther waivetheir right toprotestanyportion ofthebidprocess. 2.11 CONTACTPERSON Rev6/i4 The contact person for this Invitation toBidis FSA Cooperative Bid Coordinator FSA Business OperationManager E-mail:COOPOflsheriffs.org E-mail:dterpak(5>flsheriffs.org Phone:850-877-2165 ext.231 Phone:850-877-2165 ext.227 Fax:850-878-8665 Fax:850-878-5115 2.12 COMMUNICATIONS Communications between aproposer,bidder,lobbyistor consultant and FSA islimitedtomattersof processor procedure.Requestsforadditionalinformationorclarificationsmustbemadeinwritingtothe FSA ContractAdministratorno later thanTen(10)calendardayspriortothescheduled Bid openingdate. The FSA will issuerepliesto inquiries andanyother corrections oramendmentsitdeems necessary in written addenda issuedpriorto the deadlineforrespondingtotheBid. Biddersshouldnotrelyon representations,statements,orexplanations other than those madeinthis Bid orinany written addendum tothis Bid.Biddersshouldverifywith the FSA ContractAdministratorpriorto submitting abid that all addenda have been received.See General Condition 1.56 entitled "Coneof Silence"which sets forth the policiesand procedures relative to oraland written communications. REV 2015 " Page 23 FLORIDA SHERIFFS ASSOCIATION Contract Terms and Conditions Rev 07/27/15 2.13 PRICES SHALL BEFIXED AND FIRM FOR TERM OF CONTRACT If the bidderisawardeda contract underthisbidsolicitation,the pricesquotedby the bidderon the Bid Formsshallremainfixedandfirmduring the initial term ofthis contract. 2.14 OPTION TO RENEW WITH PRICE ADJUSTMENT The contract could beextended for an additional two (2)years,ona year to year basis,if mutually agreed byuponboth parties.Prior tocompletionofeach exercised contractterm,the FSA mayconsideran adjustment topriceduetoincreasesordecreasesontheConsumerPrice Index;but innoeventwill the prices be increased ordecreasedbya percentage greater than the percentage change reflected inthe Nationally published Consumer Price Index-Goods and Services,computed60 days prior to the anniversary date of the contract. It isthe vendor's responsibility torequestany pricing adjustment underthis provision.For anyadjustment tocommenceonthefirstdayofany exercised option period,the vendor's requestoradjustmentshould be submitted 60dayspriortoexpirationof the then currentcontractterm. The vendor adjustment request must clearly substantiate the requested increase.Ifno adjustment requestis received from the vendor,the FSA will assume thatthe vendor has agreed thatthe optional termmaybe exercised without pricing adjustment.Anyadjustment request received afterthe commencement of a new option periodwill not be considered. The FSA reserves the right toacceptthe renewal adjustment orto allow the contract to terminate andre- advertise forbids,whichever isin the best interest of the FSA. 2.15 REFERENCES Bidders shall furnish the names,addresses,telephone numbers,and address ofa minimum of five (5) firms orgovernment organizations for which the Contractor is currently providing or has provided similar services on company letterhead.Two (2)ofthe references mustbe government related.A dealer participating for the first time in government fleet sales/bidding may be considered exempt if they can demonstrate they have the appropriate facility,staffing and financial resources to support the contract should they receiveanaward.See2.16 Bidder Qualifications. 2.16 BIDDERQUALIFICATIONS In order for bids tobe considered,new bidders tothe Florida Sheriffs Cooperative Contract must submit with their bid,evidence that they are qualified to satisfactorily perform the specified service.Evidence shall include all information necessary to certify that the bidder maintains a permanent place of business; is an authorized distributor of the items specified in their proposal;has not had just or proper claims pending against him or his firm;and has provided similar type products.The evidence will consist of listing of contracts for similar services that have been provided to public and private sector clients,within the last three (3)years,and letter from the manufacturer that bidder is an authorized distributor for the proposed manufacturer.See 3.8 Submittal ofBid. 2.17 LATE BIDS At time,date,and place indicated in the published bid schedule,the bids will be opened.Any bid(s) received after time and date specified will be rejected by the FSA and VEBA System and all documentation will be returned tothe bidder unopened. REV2015 ""—~— Page 24 FLORIDA SHERIFFS ASSOCIATION Contract Terms and Conditions Rev 07/27/15 The responsibility for submitting a bid before the stated time and date is solely and strictly the responsibility of the bidder/proposer.The FSA is not responsible for delays caused by mail,courier service,including U.S.Mail,oranyother occurrence. 2.18 EXCEPTIONS TO SPECIFICATIONS Exceptions to the specifications shall be listed on the Bid Form and shall reference the section.Any exceptions tothe General or Special Conditions shall be cause for the bid tobe considered non- responsive. 2.19 COMPLETE INFORMATION REQUIRED ON BID FORM All bids must be submitted on the attached Bid Form and all blanks filled in.To be considered avalid bid, the ORIGINAL AND ONE (1)COPY ofthe Bid Form pages and all required submittal information mustbe returned,properly completed and sealed envelope as outlined in the first paragraph of General Conditions. 2.20 CUSTOMER SERVICE Excellent customer service isthe standard ofthe FSA.As contractors ofthe FSA,all employees will be required toadheretothe FSA's "Service Excellence"standards and expected toconductthemselvesina professional,courteous and ethical manner inall situations. The successful bidder's employees must work asa cooperative teamof well-trained professionals,and must serve the publicwithdignityandrespect.Allbusinesstransactionswith the FSA willbe conducted with honesty,integrity,anddedication. REV 2015 Page 25 Contract Terms and Conditions Rev 07/27/15 SPECIAL CONDITIONS -3.0 3.0 VEBA 3.1 Amendments to Solicitation Documents 3.2 Additions and Deletions 3.3 Specification Exceptions,Omissions or Errors 3.4 Option Pricingrev e/is 3.5 Requests for Additional Information or Clarification 3.6 Financial Responsibility 3.7 Collusion 3.8 Submittal of Bid 3.9 BidOpeningandElectronicPostingofNoticeof Intended Award 3.10 Bid Evaluation Criteria 3.11 Basis for Award revs/h 3.12 Bid Withdrawal 3.13 Zone Bidding 3.14 Approved Equivalents revw 3.15 Identical Tie Bids 3.16 Tax Exemptions 3.17 Best Commercial Practices 3.18 Delivery 3.19 Protest and Arbitration 3.20 Licensing/Facilities 3.21 Non-performance revc/m 3.22-3S0 Intentionally left Blank 3.51 Factory Installed 3.52 Equitable Adjustment 3.53 Pre-Delivery services 3.54 Order,Delivery andLiquidatedDamages revsa* 3.55 Quantity Discounts revh/m 3.56 Acceptance 3.57 Invoicing and Payments 3.58 Inadequate Services 3.59 Warranty,Repairs and Service 3.60 FSA AdministrativeFeesfor All Specifications revs/14 3.61 Contracting Dealers'Activity Reports and Schedule andFee Deposit Requirements revo7/m REV 2015 Page 26 IHEF Contract Terms and Conditions Rev 07121715 3.0VEBA " VEBA is Florida Sheriffs Association's Vehicle Bid Award System.Access tothe system requires aLogin and User Password.To obtain a Login and password,dealers must complete the annual registration form provided on the FSA website.Once approved,the dealer will receive their Login and a Temporary Password.Dealers are required to change their initial password at the time of their first login. ALL prospective bidders are encouraged to download and review the instructions located on the home page of the VEBA website each year to obtain the most current terms and conditions ofthe contract as well as instructions for entering bid specifications and pricing. Questions regarding the use ofthe VEBA website should be addressed to the FSA Cooperative Bid Coordinator.Login and password questions should be addressed to support@liquifusion.com 3.1 AMENDMENTS TO SOLICITATION DOCUMENTS The Contract Administrator retains the right to issue amendments to the solicitation as appropriate and necessary.Notice ofany amendment will be posted onthe VEBA website.Bidders are responsible for monitoring the VEBA website for newor updated information concerning the bid. 3.2 ADDITIONS AND DELETIONS to the BidAward The FSA reserves the right to add or delete any items from this bid or resulting contract(s)when deemed tobeinthebest interest of FSA andthe participating eligible users. The FSA reserves the right to add additional manufacturer lines and brands to the bid award as they become available and are not in conflict with any already awarded dealer representing orcompeting with the same manufacturer and brands.These Manufacturers/Dealers maybe considered as additional providers of good and/or services tothe contract after having met all ofthe criteria necessary tobe an approved vendorandtheir product or service meetsthe minimum specifications ofthe original bid. Ifan FSA awarded dealer terminates a product line (Manufacturer or Brand),the dealer is required to notifythe FSA Cooperative Bid Coordinator within ten (10)business days ofthe decision notto retain the Manufacturer or Brand. In the eventamanufacturer reassigns the product linetoanalternatedealer,themanufacturerandthe dealer is required immediately to notify the FSA in writing of the change within ten (10)business days confirming the reassignment.If the vendor/dealer isnot already an approved FSA vendor,the vendor is required to apply tothe FSA tobecomean approved vendor PRIOR to conducting any qualified sales.The dealerandthe manufacturer are required to honor the contract pricing and all ofthe applicable terms andconditions throughout theremainingtermofthecontract. 3.3 SPECIFICATION EXCEPTIONS,OMISSIONSOR ERRORS Specifications are based on the most current manufacturer literature available.Biddersshould immediatelynotifythe Contract Administrator ofanydefectsinthe specifications orrequired submittal documents.AH notifications ofdefectmustbein writing and timely submitted. Bidders are required to indicate intheir bid submissions thoseoptions which "require"additional equipment ormodelupgradetoobtainthe original option.Bidder mustalsoidentifythoseoptionsthat REV2015 ~" Page 27 Contract Terms and Conditions Rev 07/27/15 areavailableasapartofapackageorgroup.Thefactorycodeslistedin the "Prices"section of the Special conditions must be used. Failure ofabiddertocomplywith these provisionswillresultinbiddersbeingheldresponsibleforall cost requiredtobringthevehicleintocompliancewiththecontractspecifications. 3.4 OPTION PRICINGrev s/is Prices foroptionssubmittedbythedealer,for Emergency Vehicle Lighting,shallinclude all applicable fees and charges not including installation.Motorcycle pricing will include installation.No additional charges or fees are admissible. The bidder shall offera discount which shall be below Manufacturer's Standard Retail Pricing (MSRP)or manufacturers published catalog price forany factory addoptionsincludedinthebid submission andin resulting customer orders,if awarded.The amounts of discounts foreach particular addoption shall be decided by the bidder. When calculating upgrades,thetotal recognized MSRP (see definitions 2.6)for anitem(thatisnota manufacturer'sfreeflowoptionforthebase specification)is calculated asthe differential betweenthe dealer costs on the representative base vehicle versus total MSRP of the requested FSA option modifying the vehicle. When add options listed are included inthe base vehicle,bidder must submit options as "Included"or "STD".Bidder must use proper factory codes for all factory add options.Options available through the factory MUST be bid and supplied to Customer as "factory"options unless requested otherwise in writing by the Customer. Options are intended to add or delete equipment and/or features from the base vehicle specification,and to allow for an upgrade or downgrade toa manufacturer's model with a slightly different engine size or horsepower,and as such,should notbe made available for purchase separate from the base vehicle. Bidders shall NOT use add or delete options to create a piece of equipment that is entirely different than the base unit called for in the specification,or any other options that do not meet the intention of options as stated above. Bidder must indicate in their bid submission any option requiring the purchase of other options,and also indicate optionsthatarea part ofanotheroption. The codes listed in the "Prices"section of the Special Conditions must be used.Any dealer found requiring a buyer to purchase an "upgrade package"in order to purchase an available stand-alone item will be in violation of this contract and required to make a reimbursement to the agency of the cost betweenthe option and the upgrade package. The use of "Options"to facilitate the sale of an alternate Manufacturer's product which is outside the scope ofthe written base specification will be construed as non-compliant and their bid will be rejected, in whole orpartby the FSA BidCoordinator. Example:Bidder CANNOT include option upgrades that result in the selling ofa vehicle or truck on one specification that is offered as a separate specification in the bid solicitation.For example,a contractor who is awarded the bid for 25,500 lb.GVWR Cab &Chassis cannot upgrade this item through an add option toa 30,000 lb.GVWR Cab &Chassis in order to circumvent the bid award winner for the 30,000 lb GVWR Cab &Chassis.^ REV 2015 Page 28 FLORIDA SHERIFFS ASSOCIATION Contract Terms and Conditions Rev 07/27/15 3.5 REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION Bidders are encouraged to examine the specifications carefully.In case doubt should arise as to the meaningorintentofanyitems contained inthe specifications,inquiry shouldbemadeto the FSA Contract Administrator prior tothe Pre-Bid Conference via e-mail oratthe pre-bid conference inperson. Telephone clarifications will notbe accepted,and no clarification will be accepted afterthedatelistedin the Bid Calendar.ALL request for information from bidders and FSA responses will be will bepostedon the VEBA website by the date listedon the Bid Calendar. The submission ofabid shall indicate thatthe bidder thoroughlyunderstandstheterms of the specifications. 3.6 FINANCIAL RESPONSIBILITY Bidderaffirmsbyhisorhersignatureonthecontract signature pagethatheorshe: ©Hasfullyreadandunderstandsthescope,nature,andqualityofworktobeperformedorthe services toberendered under thisbid,andhas the adequate facilitiesand personnel tofulfill such requirements; ©Accepts the financial responsibility associated withthisbid,anddeclares that heorshehas the access tocapital(in the form of liquidityor credit lines)in order to meet the financial demands of such award. ©In assessing financial responsibility,contractor shall consider items suchas the specifications bid,the zones bid,and the quantity of specifications bid,aswellas timing of payment from customers,which canbe45daysfrom receipt of invoice; ©Assumes full responsibility that all vehiclesdeliveredto the customer arefreeandclearofall outside liens,encumbrances,security interests apartfrom the dealerfloorplanor other dealer inventory finance security interest. 3.7 COLLUSION Dealerships andtheirrepresentativesmaysubmitmultiplebidswithoutconflictof "Collusion"aslongas the bid submitted is not from the same manufacture andproductline.Dealershipswhichshare the same ownership may submit multiple bidsalso without conflictofcollusionaslongas the biddersarenotin the same region,with the same manufacturer andproductline.See 1.47Collusion. 3.8 SUBMITTAL OF BID Bidders mustsubmittheirbid electronically viathe Florida Sheriffs Association Vehicle Bid Award System (VEBA),locatedat http://veba.flsheriffs.org withoutexception.See3.0 In additiontotheirsubmissionof specifications throughthe VEBA website,bidderswhointendtobidon policeunits (specifications 1-9)arealsorequiredtosubmittheirlightbar package pricing througha separate document housed on the VEBA website. Bidders not placing abidonthe police unitsmayalsobidanypartofthelightbar package (such as "Al Carte"itemsand "Corner Strobes')tobeusedforotherspecifications.Pricing submitted inthisdocument REV 2015 Page 29 Contract Terms and Conditions Rev 07/27/15 willbeenteredonetime,andsuch pricing will apply totheentirebid specifications forwhich these items aresoldasaddoptions.Bids submittedfortheabovereferenced specifications for police units that do notsubmitlightbarpackage pricing willberejectedasnon-responsive. Anybidderwhooffersemergency lighting andequipment (red,blueorany combination)tobeinstalled on any vehicle or equipment,must provide evidence of EVT certification for installation.This includes any third party up fitting.Example:atruckthatmaybe used inthe fire department tosupporttheoperation that requirespublicsafety lighting andequipment. Bidders must bid a requested FSA option first byoffering the requested item if available from the factory. Ifthisoptionis satisfied bythe addition ofa manufacturer's package that contains otheritems then it mustbe indicated in the comments and verifiable via audit.Furthermore,ifthe package offered to satisfy the requestrequiresanotherfactoryoptionthenthat also mustbeindicatedandreferencedinthe available optional equipment spaces.Iftheitemisa package and available asa free flowing option tothe base vehicle thenthe manufacturer's MSRP governs and by definition becomes the ceiling price.Ifthe itemisa package that changes the manufacturer's model number thenthe recognized MSRP computation willgovernanddefine the ceilingprice. Prices are tobe rounded tothe nearest dollar.Bids can be entered more than once;however,only the lastbid entered intothesystem will be considered in the award process.Bids not submitted withinthe system willbe rejected. Each bidder is responsible for ensuring thathis bid issubmittedbeforethe deadline outlined inthe Bid Calendar.Late bids will notbe considered and the system will not accept bids after thedue date and time specified in the Bid Calendar.See 2.17 LateBids. In addition to submitting the bid via the VEBA system,one original and one (1)exact copy (includes divider tabs)ofthe bid package in separate 3-ring VIEW binders (not report folders)mustbe delivered or mailed to the attention of: FSA Cooperative Bid Coordinator Florida Sheriffs Association 2617 Mahan Drive Tallahassee,Florida 32308 COOPOflsheriffs.org The electronic cover sheet must be completed with dealership name,contact person,telephone number and mobile phone number,and bidder shall check the appropriate box indicating whether the submittal is an Original or Copy.Thecoversheetmustbe placed in thefront cover oftheview binder. Separate bid packages mustbe submitted for each individual dealership for which a bid was submitted through VEBA.Thebid package must include: A printed copy ofthe submitted bid (printed after final bid submission takes place) Manufacturer's print-out (Ford -"Dora";General Motors -"GM Autobook";or approved equivalent)for each vehicle on which a bid is submitted.The Manufacturer's print-out shall indicate an order code for the Manufacturer's base model,all standard equipment,and any optional components required to provide the base vehicle as outlined in the bid solicitation.Dealer installed aftermarket components are required to meet the base vehicle specified must be identified,in writing,on the printout REV 2015 " Page 30 FLORIDA SHERIFFS ASSOCIATION Contract Terms and Conditions Rev 07/27/15 ©For specifications or units that do not produce a manufacturer's print-out,bid package must include manufacturer's documentation that includes standard equipment and such other information that provides verification that such itemmeetsthe base specification. ©Pricing Sheet for Emergency Vehicle Lighting (if applicable) ©Contract Signature page.Bidder must complete the Signature Page in its entirety,and must indicate by signature onthe form that bidder has read and understands the provisions contained inthis Invitation to Bid. ©Bidder will check the appropriate box indicating whether the submittal is an Original or Copy.All bids must show the company name and be manually signed (no rubber stamps,facsimile signatures,etc.)in ink bya dealer principal and an employee who has the authority for bid submission if such employee is nota dealer principal.Unsigned bids will be rejected. ©The bid package mustbe received atthe Florida Sheriffs Association according tothe date and time specified in the Bid Calendar.Failure tomeet all submission requirements bythe dates indicated inthe Bid Calendar willresultinrejection of the bid.See2.17Late Bids. ©By virtueofitsbid submission,Contractor acknowledges its obligation to sell vehicles in all zonesfor which itis awarded. 3.9 BID OPENING AND ELECTRONIC POSTING OF NOTICE OF INTENDED AWARD Bidswillbe opened onthedateand time indicatedinthe Bid Calendarand will beevaluated thereafter. Although prices will notbe read,biddersmayattend,butitisnota requirement. The FSA Cooperative Bid Coordinator will electronically postthe initial bid tabulation results andanyand all awardson the VEBA websiteaccordingtothetimeoutlinedinthe Bid Calendar. Ifthe posting ofthe initial bid tabulation results is delayed,in lieu of posting thenoticeonthedate indicated onthe Bid Calendar,the FSA Cooperative Bid Coordinator will postanoticeofthe delay anda reviseddatefor posting ofresults. 3.10 BID EVALUATION CRITERIA Eligible responsivebidswillbeevaluatedtodetermineif ail contractbidrequirementsaremet.Bids that donotmeet all contractrequirementsofthis solicitation or fail to provide all required information, documents,ormaterialsmayberejectedas nonresponsive. Bidder musthavethe necessary facilities,personnel and expertise,andmustbe prepared,if requested by the FSA ContractAdministrator,topresentevidenceofsuchexperience,including evidenceof EVT certifiedtechnicianstoperforminstallationofemergency lighting for applicable specifications. The FSA ContractAdministratorreservestherighttoinvestigateorinspectatanytimeduringthebid award process andthecontractperiodasto,whetherthe product,qualifications,or facilities offered by Bidder meet the contract requirements. REV 2015 Page 31 FLORIDA SHERIFFS ASSOCIATION Contract Terms and Conditions Rev 07/27/15 Bidderswhosebids,pastperformance,or current status donotreflectthecapability,integrity or reliability to fullyandingoodfaith perform the requirements of the contract maybe rejected as non- responsive.Indeterminingpastperformance,the FSA ContractAdministratorwillgive strong considerationtothenatureandnumberofcomplaints received fromCustomersregardingapreviously awarded dealer.The FSA Contract Administrator mayuse discretion in determining which bids meet the contract requirements ofthis solicitation,andwhich respondents are responsive and responsible. The FSA Contract Administrator mayusediscretionin accepting or rejecting anyandallbids,or separable portionsthereof,andtowaiveanyminor irregularity,technicality,oromissionifdetermined that doingso willserve the best interest of the local government agencies of the State ofFlorida.The FSA Contract Administrator mayrejectany responses not submitted inthe manner specifiedby solicitation documents 3.11 BASIS FOR AWARD The FSA ContractAdministratorshallawardthebidtothelowestandbestresponsivebidderby specification,bymanufacturerandbyzonetobidderswhohavemetthe qualifications basedon facilities, financialresources,andcan demonstrate theirabilitytoperform the workinasatisfactorymanner. Bidders,who routinely demonstrate significant deficiencies in providing excellent customer service during the contractperiodpriorto the issuanceofthisbid,mayhavetheirbidrejectedorlimitedtothe number ofregionstheycanbeawardedinthisbid cycle.Forpurposeofthiscontracttheterm "significant"as determined by the FloridaSheriffsAssociation.In cases where the manufacturer is the core of the issue then the dealer mustprovide evidence oftimelycommunicationto the complainantand the FSA. Bidders areherebyadvised that the FSA Contract Administrator mayuse discretion inrejectinganybid proposalnotconsideredtobecompetitiveinnaturebasedonthe best pricinginformationavailable. The FSA ContractAdministratormayuse discretion inrejectinganyorallbids,inwholeorinpart,and/or makeorlimitawardseitheras individual itemsorasatotalcombinedbid,whichevertheyconsidertobe inthebestinterestofthe local governmental agencies oftheStateof Florida,andto waive any informalityinanyproposal. Theaddoptionsinthebidshallbefor informational purposesonlyandwillnotserveasabasisforbid protest.See 3.4 Option Pricing for additional criteria. 3.12 BID WITHDRAWAL Bidder warrantsbyvirtueof bidding the prices quotedintheir bid response will begoodforan evaluation period of sixty (60)calendar days from thedateof bid opening unless otherwise stated.Bidders will only beallowedtowithdrawtheirbidsaftertheopeningtimeanddateat the discretion ofthe FSA Contract Administrator and in the best interest of FSA. 3.13 ZONE BIDDING Bidders are allowed to condition their bid for award inoneormore geographic zones depicted on the zonemapincluded.ASpaceisprovidedforbiddertoindicatezone bidding.Absence ofany indication to the contrary,ALL bids willbe considered statewide. wuwiL.m^BBBa REV 2015 Page 32 FLORIDA SHERIFFS ASSOCIATION Contract Terms and Conditions Rev 07/27/15 3.14 APPROVED EQUIVALENTS REVe/i4 The term "Approved Equivalent"is used to allow a bidder to bid components or equipment that are equal tothe components or equipment described inthe detailed specifications.The FSA Contract Administrator shall havethesoleauthoritytodetermine approved equivalents. Brand Names:Catalog numbers,manufacturers'and brand names,when listed,are informational guides astoa standard ofacceptableproduct quality levelonlyandshouldnotbeconstruedasan endorsement ora product limitation of recognized and legitimate manufacturers.Bidders shall formally substantiate andverify that product(s)offered conform withor exceed quality as listed inthe specifications. If bidder offers a make or model of equipment or supplies other than those specified inthe following,it must so indicate in the bid submittal. Bidder shall indicate onthe bid form the manufacturer's nameandnumberif bidding otherthanthe specified brands,and shall indicate ANY deviation from the specifications as listed.Other than specified itemsoffered requires complete descriptive technical literature markedto indicate detail(s)conformance with specifications and MUST BE INCLUDED WITH THE BID.Specific article(s)of equipment/supplies shall conformin quality,designand construction with all published claimsofthe manufacturer.NO BIDS WILL BE CONSIDERED WITHOUT THIS DATA. Lacking anywrittenindicationof intent to quote analternatebrandormodelnumber,the bidwillbe consideredasabidin complete compliancewith the specificationsaslistedon the attachedform. Dealers offeringalternatemakes,manufacturersofvehiclesor equipment not specifically identifiedinthe bidcannotutilizeorpublishtheofferingasan "OPTION"withinthebid specification anddetail. 3.15 IDENTICAL TIE BIDS Whenever two ormorebidswhichareequalwithrespecttoprice,qualityandservicearereceivedfor the procurement of commodities orcontractualservices preference shallbegiven to businesses with qualifyingdrug-free workplace programs.Referto1.52TieBids. In caseoftiebidsandbothbusinesseshavequalifyingdrug-freeworkprograms,the awardwillbemade using the followingcriteria: ©Bidder Within (A SPECIFIC ZONE) ©Bidder Within the (STATE of FLORIDA) ©Dealers track record with Customer Service 3.16 TAX EXEMPTIONS All State andFederaltax exemptions applicableto the unitsoflocal government of the State of Florida will apply,and appropriate certifications furnished.Customers shall comply withallfederal,state andlocal tax requirements. REV 2015 Page 33 Contract Terms and Conditions Rev 07/27/15 3.17 BEST COMMERCIAL PRACTICES Theapparentsilenceofthis specification andanysupplemental specifications astoanydetails or the omission from itofa detailed description concerning any point shall be regarded as meaning thatonlythe best commercialpractices,size,anddesignaretobeused. All workmanshipistobefirst quality.Allinterpretationsofthis specification shallbeuponthebasis of this statement. 3.18 DELIVERY All feesmustbeincludedinbasepriceandprices shall befirmandaretobe F.O.B.Destination,delivered to the individual participating user agency.In theeventofa discrepancy betweenaunitbid price andan extension,the unit bid price will govern.All items delivered or installed at any location ofthe participating agencies must includeall manufacturer's standard equipment andwarranties. 3.19 PROTESTS AND ARBITRATION Anypersonwhoproposesto file anaction protesting a decision orintended decision pertaining tothisbid or the resulting contractshouldreferto1.38 Authority to Resolve Protested Bids and Proposed Awards. Additionally,thepersonorentity filing suchprotestshallpostwiththe Florida Sheriffs Association atthe timeof filing the formal writtenprotestorwithinthe10businessday period allowed for filing the formal writtenprotest,abond,cashier'scheckormoneyorderpayabletothe Florida Sheriffs Association inthe amount equal to $5,000.00,which bondor security will be conditioned uponthe payment of all cost whichmaybeadjudgedagainsttheprotestingpartyinacourtoflawand/ortoreimburse the FSA for additional legal expenses incurred and required to substantiate the protesting party's claim(s).Failure to postthebondorsecurity requirement withinthetime allowed for filing will resultina denial ofprotest. For the purpose of bid protests,the filing party shall not stay the implementation ofthe bid award bythe Florida Sheriffs Association. Should the unsuccessful bidder(s)decide to appeal the decision ofthe FSA,they shall file anoticeto FSA within72hoursofthe FSA bidprotest decision regarding theirintenttorequest arbitration.Ademand for arbitration withthe American Arbitration Association's (AAA)commercial panel underits rules and regulations mustbemadewithin10businessdaysofthe FSA bidprotest decision.Any person who files for arbitration withtheAAAshall post with the Florida Sheriffs Association atthetimeof filing the formal written arbitration request,abond,cashier's checkormoneyorder payable tothe Florida Sheriffs Associationinthe amount equalto$5,000.00.Failure toprovidewrittennoticeto FSA,fileademandfor arbitration withthe AAA,or failure topostthe required bondand security requirement within the specifiedtimelines shall constituteawaiverof arbitration proceedings. Iftheparty filing for arbitration doesnot prevail,it shall pay all costs,legal expensesandattorney fees of the prevailing party.However,ifthe filing party prevails,the parties shall share equally thefees and expensesofthearbitrationand AAA bearthecostoftheirownattorneyfees. For the purpose of arbitration,the filing party shall notstaythe implementation ofthe bid award bythe Florida Sheriffs Association. REV 2015 Page 34 Contract Terms and Conditions Rev 07/27/15 3.20 LICENSING/FACILITIES Bidders are required to possess a Florida Motor Vehicle Dealers License inorderto bid and all bidders must maintain a repair/warranty facility within theStateof Florida toprovidesalesandserviceforthe vehicles and equipment bid. FSA Contract Administrator reserves the right to periodically request additional or updated information from a dealer regarding the repair/warranty facility during the solicitation and the term of the contract,if awarded.The FSA Contract Administrator may also exercise discretion in examining such facility as deemed necessary. 3.21 NON-PERFORMANCE Contractor shall at all times during the contract term remain responsive and responsible.In determining Contractor'sresponsibilityasavendor,the FSA ContractAdministratorshallconsiderallinformationor evidence which isgatheredor comes totheattentionofthe agency which demonstratestheContractor's capabilitytofullysatisfy the requirementsofthesolicitationandthecontract. Contractors that are notin compliance with any ofthe provisions ofthis contract maybe fined (see scheduleoffines below),suspendedandorterminatedfromthe contract andfuturecompetitivebid solicitations at the discretion of the FSA Contract Administrator. Insome instances,contractorsmayberequiredto develop corrective actionplanstoaddresscontract compliance.In situationswherethereis evidence thedealer,contractor,fleetsalesmanagerorother representative has demonstrated egregious breaches of the contract or trust to bothwiththe FSA and the customer,thecontract will automatically beterminatedandthedealerandtheirrepresentative will be removedfrom future solicitations foraperioduptothree(3)years. Failure toabideby corrective action plans will resultinthedealerandthedealer representative tobe terminated fromthe contract andfuturecompetitivebidsolicitationsatthediscretionofthe FSA Contract Administrator. Specific conditions for termination include,butarenot limited to;failure to perform,refusal to accept orders during thecontract period while manufacturer ordersare still being acceptedforcurrent model year and/or the new year ifthe vehicle is price protected by the factory,charging amounts exceeding MSRP on factory installed itemsand packages,requiring the purchase of additional optionsoverand above the base vehicle asa condition of acceptance of order,providing aftermarket options where factory optionsare available withouttheconsentofthe Customer,any misrepresentation of optional equipment orserviceas being "factory"that fails tomeetthe definition as described inthisdocument,andanyother practice deemed to be outside of the intent of the contract. Any contractor,whoispresentedwitha valid purchaseorderasaresultofabidawardforthis contract,is required andboundbythiscontracttoaccept such purchase order(s)and deliver the product(s); regardlessifthe vehicle(s)orequipmentisabasemodelor includes optionsatahighercost.The contractor mustdeliverthisvehicleregardlessofprofitorlossbasedon their respectivebid.Failure to deliversaidvehiclesorequipment will resultintheorderingagencyandthe FSA seekingdamagesforthe difference ofcostto issue the exact sameorder with another contractor plus any legal feesand damages that maybeincurredintheprocesstofacilitateacompletedorder. All terms andconditionsareapplicablethroughoutthetermofthecontractandnotanygiven "Year, Make or Model".^ REV 2015 ""~— Page 35 FLORIDA SHERIFFS ASSOCIATION Contract Terms and Conditions Rev 07/27/15 Schedule of Fines -The list of fines are a minimum result of non-compliance. Failure to submit monthly report on time $25.00 per dav Lost Purchase Order*(PO)-1st Offense ......'........$100 O0 Lost Purchase Order*(PO)-2*Offense $250.00 per Vehicle Lost Purchase Order*(PO)-3rd Offense will result in removal from the contract. Failure to place order within ten (10)business days $100.00 per day Failure to issue acknowledgment of Purchase Order to Agency and/or FSA within the 14 calendar days as per 3.54 ofthe terms and conditions $100.00 per PO Failure to Report Sales 0075 plus 1.5%each month following the delivery date. ♦Each report ofa lost purchase order will be handled on a case bycase basis,revs/m -*Line Item 3.22to3.50NotAssigned «- 3.51 FACTORY INSTALLED Aftermarket parts,modifications and factory produced parts and components ordered as parts and installed by the dealer,or a Contractor,do not meet the requirements of"Factory Installed"components, and will be rejected for noncompliance with the requirements ofthe specification. In the event a component(s)that does not meet the specifications is found tobe installed on a vehicle before or after the vehicle has been accepted by the customer,the Contractor shall be required to replace the vehicle with a vehicle that meets the required specifications,INCLUDING ALL FACTORY INSTALLED COMPONENTS.In the alternative,the customer shall decide whether they will accept dealer installed components. 3.52 EQUITABLE ADJUSTMENT The Contract Administrator may make an equitable adjustment in the contract terms or pricing in the contract at its discretion.Adjustments to pricing may occur for various reasons,such as pricing or availability of supply (i.e.material surcharge)is affected by extreme and unforeseen volatility in the marketplace,that is,by circumstances that satisfy all the following criteria:(1)the volatility is due to causes wholly beyond the contractor's control,(2)the volatility affects the marketplace or industry,not just the particular contract source of supply,(3)the effect on pricing or availability of supply is substantial, and (4)the volatility so affects the contractor that continued performance ofthe contract would result in a substantial loss. When requesting an adjustment,including butnot limited to price increases,the following must be submitted to the Contract Administrator: •Aletterof request from the contractor,including the specification number and model listed in the contract,along withthe requested changes; •When requested adjustment is based on production cutoff ofa currently listed model,a letter of affirmationfrom the manufacturer; °When requested adjustment includes model changes,manufacturer's documentation of items included in the proposed model in order to determine thatthe proposed model meets the base specification; •CurrentlypublishedMSRPListing REV 2015 Page 36 Contract Terms and Conditions Rev 07/27/15 3.53 PRE-DELIVERYSERVICES Bidder's attention is directed to the pre-delivery service requirements as detailed.To assure proper pre delivery service,the contractor shall provide,at time of delivery,a completed copy ofthe manufacturer's standard retail sale pre-delivery inspection form (examples are listed below). o CHRYSLER NEW PREPARATION,INSPECTION AND ROAD TEST oFORD PRE-DELIVERY SERVICE RECORD oGMNEW VEHICLE INSPECTION PROCEDURE (Or manufacturer's latest pre-delivery form) 3.54 ORDER,DELIVERY AND LIQUIDATED DAMAGES revg/14 A.Order 1)Eligible customers shall issue a purchase order to the contractor,and such purchase order shall bear the contract or bid number,specification number,customer's federal identification number and contact information (phone number and email address)shall be placed by the customer directly with the contractor,and shall be deemed to incorporate the contract solicitation terms and conditions.Required delivery or due dates should be discussed with the dealer atthetime of the quote.It is important to note that dealers do not have ANY control over production delays in schedules from the manufacturer. While it is recommended that the agency purchase from the "region"which is closest to their location,it is not mandatory to do so,however,ordering from outside the local region may result inadditionalcostfordelivery. 2)Purchasing agency is required to forward an executed copy ofthe purchase order to the Florida Sheriffs Association Cooperative Bid Coordinator (by email,fax or hard copy)at the same time the purchaseorderisreleasedtothecontractor. 3)If acontractor receives a purchase order for a specification for which they were not awarded,the contractor must notify the customer and return the purchase order tothe customer within three (3)businessdays. 4)Contractor shall state in space provided on each price sheet the approximate time required for delivery after receipt of purchase order.See contractor limitations noted in 3.54 A.l. 5)All vehicles ordered prior to manufacturer's close of production and in accordance with the contract shall be supplied in the manufacturer's next model run of that class vehide even ifit requires supplying a later model atthe original bid prices. 6)Contractor shall place order with manufacturer within ten (10)business days after receipt of purchase order.Contractor shall assure that all orders are placed in full compliance with the specifications and purchase order. 7)It is the contractor's responsibility to insure that the vehicle ordered by the customer is fully compatible with all ordered options and that the vehicle complies with all applicable manufacturer and industry standards.The contractor's acceptance ofa customer's order will «ggB.mi.llll....LL-ll^ REV 2015 Page 37 Contract Terms and Conditions Rev 07/27/15 indicate that the contractor agrees to deliver avehicle that will be fully compatible with all of its 8)a^IncorrS5 "T "V?*"*Mng *v*lde int0 comP,iance «•*«»various options due toanmcorrectorderw.ll be accomplished at the contractor's expense. 9)IT^r^"^°rder"^Sha"bS COmpleted and returned to the customer placing fourteen 2172 ^?**£*^C°PV °f the COnfirmation fo™*included,withinIhecu*2 ^3fter rCCeiPt °f PUrChaSe °rder With0Ut PromP«"g or "otificatSn by imlr'T';nf0rmati0"needed t0 comPlete this form should be obtained by contacting thecustomer.The form may be modified to accommodate each customer individually as necessar^ B.Delivery 1) 2) 3) 4, 6, 7) REV 2015 Contractor shall complete delivery of the vehicle to the customer within fourteen (14)calendardaysafterreceiptofthevehicle(s)from the manufacturer or equipmentZp ier vSongmatingasanincompletevehiclewouldbeexempt.9u'Pment suppl.er.Veh,des SSlf*Vehi?eiV?",C°ntraCt0r 'S d6fined aS accePte"<*°f *e vehicle(s)from acommonearneratthecontractor's place of business or any third party's place of business. a™Sh°fH'f T^351 milCS maV bC accomP|ished by driving the vehicle.Any delivery ZS t k Tg **VChide mUSt be SUpervised and the driver must comply SaccolSedhH63reqrentSanda"aPP,iCaWe traffic ,aWS and ordi"a"ces.Any deJe^accomphshed by dnvmg apol.ee rated vehicle must use an "OUT OF SERVICE"cover on light S ItteJT '"T °f ?°^Sha"bC madC bV tranSp0rt'or othe™ise 3PProvefby hepurchasingagency.Incomplete vehicles would be exempt. SofiecriChn!Ser'SI °Pti°n'aVChiC,e ^m°re tha"35°odometer mi,es ™Y ^rejected oraoorledt^CJ ^°f 350 "**m3y be deduCted from the inv°^unless previous"approved by the purchasing agency.This requirement also applies to redelivery of vehicles whTchwererejectedupondelivery.In any event,all warranties shall begin at the time of d^and final acceptance bythe purchaser.uc..ray ana 5)ZZh'SmT °T ''f tHe PUrChaSer "eeds t0 reset the warra"ty start date because of anemendeddeliverydate,they must do so by contacting the dealer in writing.Incomplete vehiclesorvehiclesdeliveredtoanupfitterwouldnotqualifyforarevisedstartdateunlessthevehicleisinthecontrolofthedealerduringtheupfit. ^wt'"V™t0 *e a6enCV Within their reSpective awarded region.Any agency purchasingvehiclesandequipmentfromaregionoutsidetheirperspectiveareamayinc^r adS itpmenetXPteonSan I*"??"'at ^request of the pnrrha^nponry drivers v^oequipmenttoanalternatelocationotherthanhomebaseandisoutsidethescopeofthepurchaseorder,this will conclude the dealer's responsible for delivery.Any e^pt on sinva d unless the agreement (quote,purchase order,or other written document states otherwise Contractor shall notify agency personnel designated on purchase order no less than 24 hours nZ^T^D?Veri6S Wi"^3CCePted «*betWee"8:00 **"•a<*330~M^,^S;norma,work days.Transport deliveries must be unloaded and ready for inspection prior to"! ^ri.._..,r_^r|.,,[[1i[|,^|[,^^__tu Jli»,..J,.trttiHhM^[M)1J,Llljl__1Jll Page 38 Contract Terms and Conditions Rev 07/27/15 P.M.Deliveries not complying with these requirements may be rejected and will have tobe redelivered arcbritractbr's expense.— 8)All vehicles must contain no less than 1/4 tank of fuel as indicated by fuel gauge at time of delivery,except for vehicles and equipment with tanks over thirty five (35)gallons in capacity, which must contain a minimum often (10)gallons of fuel. C.Liquidated Damages 1)Should the contractor fail to comply with the requirements in Section 3.54.B.6 above,the agency may invoke liquidated damages of $20.00 per day per unit for each day beyond the specified delivery requirements. 2)Forced Majeure.Liquidated damages shall not be assessed for a delay resulting from the contractor's failure to comply with delivery requirements if neither the fault nor the negligence ofthe contractor or its employees contributed tothe delay and the delay is due directly to acts of God,wars,acts of public enemies,strikes,fires,floods,or other similar cause wholly beyond the contractor's control,or for any of the foregoing that subcontractors or suppliers if no alternate source of supply is available tothe contractor.In case of any delay the contractor believes is excusable,they shall notify the customer in writing of the delay or potential delay and describe the cause ofthe delay either (1)within ten (10)days after the cause that creates or will create the delayfirst arose, if the vendor could reasonably foresee that a delay could occur as a result,or (2)if delay is not reasonably foreseeable,within five (5)days after the date the vendor first had reason to believe that a delay could result The foregoing shall constitute the contractor's sole remedy or excuse withrespecttodelay. 3.55 QUANTITY DISCOUNTS -The dealer has the authority to offer additional discounts based on quantity. 3.56 ACCEPTANCE It is the purchaser's responsibility to thoroughly inspect each vehicle prior to acceptance.Copies of the bid specifications and purchase order for the vehicle will be delivered with the vehicle.Purchasers are to inspect the vehicle and compare bid specifications,purchase order and manufacturer's window sticker or manufacturer's invoice to ensure vehicle meets or exceeds the requirements of the technical bid specifications and purchase order.Purchasers are to inspect the vehicle for physical damage. Delivery ofa vehicle toa customer does not constitute acceptance for the purpose of payment.Final acceptance and authorization of payment shall be given only after a thorough inspection indicates that the vehicle meets contract specifications and the requirements listed below. Should the delivered vehicle differ in any respect from specifications,payment will be withheld until such time as the contractor completes the necessary corrective action.Units shall be delivered with each ofthe following documents completed/included: a.Copyof "Customer's PurchaseOrder" b.Copy ofthe applicable "Vehicle Specification" Copy of "Manufacturer's Invoice"or "Window Sticker".Copy of manufacturer's invoice if vehicle model isnot delivered with a window sticker.Prices may be deleted from manufacturer's invoice. c. REV 2015 Page 39 Contract Terms and Conditions Rev 07/27/15 d.Copy of"Pre-Delivery Service Report" e."Warranty Certification" f.Owner'smanual g.DHSMV 82040,"Application for Certificate of Title and/or Vehicle Registration"(for signature of S^TSSS?This document wi"not be inc,uded if the »^*-Z* wnl^refutr0 "^inC'Ude thC ab0VC f°rmS and PUb'iCati0nS WMI be COnsidered and incomP'ete and 3.57 INVOICING AND PAYMENTS Thic0!??a"d rpayments sha"be *e responsibility of the contractor and customer placing orders againstndhe?HT art°re *"?inV°iCe CaCh CUSt°mer indePendently from the Florida Sheriffst2andtheHondaAssoc.at.on of Counties for vehicle(s)purchased from this contract 2lSa?°tKShal1 *?Pa!d T"Submission of Pr°Pe'"ly certified invoices to the purchaser at the prices S22 ,*^6tjme the °rder iS P'aCed'after de,iver*and •«*"«of goods.uZreceiptogoods,acustomer has three (3)working days to inspect and approve tne goods and serviceTheLocalGovernmentPromptPaymentAct(as stated in Sections 218.70-218.80,Florida Statutes)-S apply to ensure timely payment of contractor invoices. The invoice(s)shall indicate the following but is not limited to these requirements: fnHPPS°CatKn'PrH,aST^nUmber'C°ntraCt nUmber'quantitVsWPP«J-Price<date,make,modelandserialnumberofvehicle(s). 3.58 INADEQUATE SERVICE When equipment requires service or adjustments upon delivery,the contractor shall either remedy the defect or be responsible for reimbursing the manufacturer's local authorized dealer,or others,to remedy he defect.Such service or adjustments shall be initiated by the contractor within forty-eight (48)hours (not including weekends and holidays)after notification by acustomer.Delivery will not be considered complete until all service and/or adjustments are satisfactory and the equipment redelivered. The provisions of the delivery paragraph shall remain in effect until the redelivery is accomplished The cost of any transportation required shall be the responsibility of the contractor until the equipment is satisfactory and accepted bythe customer. 3.59 WARRANTY,REPAIRS AND SERVICE Failure by any manufacturer's authorized representative to render proper warranty service/adjustments •ncluding providing acopy of the warranty work order to the customer,shall subject that representative and the contractor to suspension from the approved vendor listing until satisfactory evidence of correction is presentedto the Contract Administrator. 3.60 FSA ADMINISTRATIVE FEES FOR ALL SPECIFICATIONS rev 6/m Dealers ARE to include athree quarters of one percent (.0075)administrative fee in their base bid prices and their quotes and pricing for all additional equipment items (add options),excluding any state reguated fees including tags. TTV -fit:'""--""-'-•'•••'"--'nuM-^fvl.JJJ,.u,,,^,,.,,.1,J„,„ Page 40 Contract Terms and Conditions Rev 07/27/15 Thethreequartersofonepercent (.0075)will be incorporated intoandmadeapartofthetotalinvoice amountandshallnotbetreatedoraddedasaseparatelineitem.Feesarebasedonthetotalinvoicecost ofthe new vehicle or equipment and excluding trade-ins.Trade-ins andother exchanges will notreduce or impact thefee calculation.No Other administrative fee(s)will be applicable toany transaction relative to the contract. 3.61 CONTRACTING DEALERS'ACTIVITY REPORTS and SCHEDULE AND FEE DEPOSIT REQUIREMENTS REV07/14 Purchase order copiesto FSA: ©Are due upon receipt by the dealer.They are considered latewithin five (5)business days. ©Please scan a complete copy ofthe PO and forward byemail to COOP(S>flsheriffs.org. ©Place the following in the subject line.PO (dealer's name).Example:PO Spoton Motor Sports Administrative fees to FSA: o Activity Reports aredue quarterly (see schedule below)nolaterthanthe 15th ofthemonth following theendofthe quarter and should besent by email to COOP®flsheriffs.org. ©ALL awarded contractors MUST file a signed and dated quarterly report with their deposit Should there beno activity during a given quarter,Contractor is required to submit a report,and must indicate "NO SALES THIS QUARTER"onthe report. October1 -December 31 January 1-March 31 April 1-June30 July 1-September 30 ©No copies of purchase orders are necessary for the quarterly report.They should already be on file pursuantto Purchase order copies to FSA:section above. ©Activity Report must be complete with the name ofthe dealer and the date:Example October 2014.Itis no longer necessary to indicate the quarter on thetopofthe report. ©Check should be received by the FSA no later than the 20th of the month following the closing of the quarter. ©Activity Reports which do not adhere to the required format and/or not supported by complete, legible copies of all purchase orders in their entirety previously submitted pursuant to Purchase order copies to FSA:section above will be returned to the reporting dealership for correction of cited deficiencies. After receipt of payment from contract purchases,all administrative fees shall be payable by the Contractor to the Contract Administrator no later than 15 days after the end of each quarter.All fees payable to the FSA during any given quarter will be accompanied and supported by a detailed Quarterly Activity Report as defined in 3.61 "Summary of Total Sales"of the contract.By submission of these Quarterly Activity Reports and corresponding fee deposits,the Contractor is certifying the accuracy of such reports and deposits.All reports and fee deposits shall be subject to audit by the FSA or their designee.Copies of customers'original purchase orders will be used by the FSA as a check and balance measure. Contractors that fail to submit fees and Quarterly Activity Reports will incur a $25 per day late fee for every day that fees and reports are past due,beginning on the eleventh (21st)day of the month following the endof the quarter. Such fees are to be included in contractor's fee submission;however,any applicable late fees that are not included in the fee submission will be returned tothe contractor as an incomplete report.Late fees which are outstanding more than 45 days can result in disqualification as a bidder in future year's solicitation. REV 2015 ""'--•-^^_-__.—=__-—___ Page 41 FL0R80A SHERBFFS ASSOCBATIOM Contract Terms and Conditions Rev 07/27/15 All notices for quarterly reports will be sent via e-mail -there will be no faxed reminders for contractors to submit quarterly reports.All participating contractors will be responsible for making sure thatthe Contract Administrator has the correct e-mail address for the person responsible for ail quarterly reports. This information mustbesubmittedtothe FSA Bid Coordinator at Fleet@flsheriffs.org. Failure to submit fees with accompanying Activity Reports,even if there are no sales,within 30 calendar days following the end of each quarter will result in the dealer being found in default.All re-procurement cost may be charged against the defaulting dealer and may result in immediate cancellation of your contract and removal from its bidder's list. ift^h^WrrgAitBteiffliakaaiJfflagES REV 2015 ============^^ Page 42 Contract Terms and Conditions Rev 07/27/15 SPECIAL CONDITIONS -4.0 4.0 General Requirements forall Vehicles 4.0.1 HYBRIDS and other ALTERNATIVE FUELED VEHICLES (previously 3.63) 4.1 Specifications 4.2 Police Rated Vehicles 4.3SpecialServiceVehicles (SSV) 4.4 Spare Tires 4.6 Cab and Chassis Purchases 4.6Factory Ordered Options 4.7 Federal andState Vehicle Manufacturing Standards 4.8 Vehicle Delivery 4.9 Dealer/Contractor Installed Equipment 4.10 Production Cutoff mili„MlWJHMJM»gW=! REV 2015 fege43 FLORIDA SHERIFFS ASSOCIATION Contract Terms and Conditions Rev 07/27/15 SPECIAL CONDITIONS -4.0 4.0GENERAL REQUIREMENTS FOR ALL VEHICLES The requirements specified herein apply to ALL vehicles purchased under the terms and conditions of this contract.This specification isnotcomplete without the specific requirements described inthe detailed specifications for the particular vehicle tobe purchased.In theeventthereisa conflict between the requirements ofthis specification and those ofthe enclosed detailed specifications,the requirements as stated in the detailed specifications over and above the vehicle standard equipment for the vehicle tobe purchasedshallapply. 4.0.1 HYBRIDS and other ALTERNATIVE FUELED VEHICLES Movedfrom3.63 The Florida Sheriffs Association and the Florida Association of Counties encourage the purchase of alternative fueled vehicles.Bidders shall provide prices for any standard production,special productions, limited production or experimental vehicles available from the vehicle manufacturer for any ofthe classes of vehicles specified in thisbid.State the production status ofthe vehicle and enclose any and all available literatureandinformationforeach specification bid. 4.1 SPECIFICATIONS All units covered bythis specification andthe detailed specifications shall bethe manufacturer's current basic production model,and shall,as a minimum,be equipped with ALL standard factory equipment in accordance with the manufacturer's latest literature.Bidders must supply aunitthat either meetsor exceeds all the requirements included inthe applicable detailed specifications. All bidders will be required tobidonthe models listed in each designated specification. All bidders will be required to provide any information requested onthe price sheets,such as manufacturer and model number of various components,ormayhave their bid rejected. All equipment,options,and features provided must be designed,constructed,and installed tobe fully suitable for their intended use and service. 4.2 POLICE RATED VEHICLES/MOTORCYCLES (PPV): Vehicles in this category have been reviewed byoneor more ofthe nationally recognized authorities on Police Vehicle Testing Program/Evaluation.These vehicles were historically referred toas "Pursuit Rated". These evaluations arenot designed to recommend a particular product butto serve asa resource of information on vehicles which are currently being offered for police service.To seethe full detailed report clickor copy the links below. The importance with which each individual phase is weighted inthese evaluations is a subjective decision which should bemadeby each agency based upon that agency's needs. REV 2015 ————_ Page 44 FLORIDA SHERIFFS ASSOCIATION Contract Terms and Conditions Rev 07/27/15 For the purposes ofthis bid specification thefollowing recognized authorities areas follows; STATE OF MICHIGAN Department of State Policeand Department of Technology,Management and Budget Police Vehicle Evaluation Program http://michigan.gov/documents/mso/VehicleTestBook2013-sm 406312 7.pdf Excerpt fromtheStateof Michigan Generalintroduction. "We recommend you review the information contained in this report and then apply ittothe needs of your agency. This report is not an endorsement of products,but a means of learning what's available for your officers so they can do their job effectively and safely.If anything in this report requires further explanation or clarification,please callor write." LAPD LAW ENFORCEMENT VEHICLE TEST AND EVALUATION PROGRAMhttp://www.lasdho.org/sites/rar, test/2013.pdf Preface from LAPD Evaluation Report "The Los Angeles County Sheriffs Department first implemented its police vehicle testing program in 1974.Since that time,our department has become nationally recognized asa major source of information relative to police vehicles and their use.It is our goal to provide law enforcement agencies with the information they require tosuccessfully evaluate those vehicles currently being offered for police service. The Los Angeles County Sheriffs Department is proud to publish this information,via the internet,to all law enforcement agencies.Since the inception of our vehicle testing program in 1974,we have continually refined our efforts in this area in order to provide the law enforcement community with the most current information available.During the 1997 model year testing,the Sheriffs department expanded its existing criteria to include an urban or "city street"pursuit course.This course consists of multiple city block distances punctuated by the various types of turns normally found in most inner dty environments.The "city street"course is designed to simulate the conditions encountered by most officers working in typical urban communities.The test is only conducted on vehicles offered with a factory "Police Package". Since many law enforcement agendes buy "non-pursuit"vehicles,we also test vehicles offered in a "Special Service"configuration when offered by the Manufacturers.These vehicles are tested in a similar fashion as "Police Package"vehicles however we do not subject them to the city street pursuit course. The booklet is not intended asa recommendation for any specific vehicle contained within. The Sheriff s Department conducts the vehide testing program in order to accomplish two primary goals. To provide law enforcement agencies with the data necessary to assist those in the vehicle selection process,and to provide the various vehicle manufacturers with the input necessary to better meet the needs of law enforcement. We recognize the fact that individual agency needs can be influenced by cost,operational considerations and other factors. Our testing process is designed to address the law enforcement officer's operational requirements in terms of vehicle performance,vehicle safety,and comfort.The fleet maintenance interest is addressed by performing an extensive mechanical evaluation on each vehicle submitted.Each test is designed and executed to simulate actual field conditions as closely as possible. REV 2015 Page 45 FLORIDA SHERIFFS ASSOCIATION Contract Terms and Conditions Rev 07/27/15 The vehicles being tested are driven on city streets and interstates,as well asthe performance track,by law enforcement personnel.The maneuvers duplicated during the electronic test procedures arethose encountered in actual patrol and emergency operations which the law enforcement officer may encounterinthe field.Interpretation oftest results isthe responsibility ofeach agency.The importance with which each individual phase is weighted isa subjective decision which should be made by each agencybasedupon that agency's needs." 4.3 SPECIAL SERVICE VEHICLES (SSV): Vehicles in this category,in some cases have been reviewed by one or more ofthe nationally recognized authoritieson Police Vehicle Testing Program/Evaluation (see 4.2).These vehicles areoftenreferredtoas "Spedal Service Vehicle"andoften used in Public Safety applications andotherareasof government. Please refer to manufactures published information for detailed information regarding these vehicles. 4.4 SPARE TIRES Itis important tonote "Full Size"sparetiresarenot standard with all vehicles regardless of Manufacturer, Make or Model.Itistheend users responsibility to ensure your vehicle order meets your agencies specifications. 4.5 Cab and Chassis Purchases Cab and Chassis canbe purchased from thedealer without any required additional fitting bythe dealer. However,the dealer upon saleofan incomplete chassis isnot required to register/title the incomplete vehicle unless theup fitting is completed bythedealerorthe dealers licensed and certified up fitter.If an agency chooses to up fit the chassis utilizing a 3"*party vendor and the work is outside of the scope of the purchase order issued tothe dealer by the agency,then the 3rd party vendor is liable to perform all the prerequisites ofthestateand issue the appropriate registration/title tothe agency upon completion of the work. Itis highly recommended that all up fitting ofcaband chassis be performed byvendorswhoare licensed/certified to perform such work to avoid unnecessary exposure toany possible future liability asa result of the up fitting. 4.6 FACTORY ORDERED OPTIONS: ALL factory ordered options aretobe "OEM and factory installed"unless otherwise notedbythe dealer and acknowledged in writing byboththe dealer andthe customer.Verbal agreements will notbe recognized;ifanyexceptiontothedeliveredproductistakenbethedealerorthecustomer. 4.7 FEDERAL ANDSTATE VEHICLE MANUFACTURING STANDARDS: In addition to equipment specified by these specifications and by the applicable detailed specifications, vehicle shall be equipped with all standard equipment as spedfied bythe manufacturer for this model, and shall comply with all EPA Emission Standards,Federal Motor Vehicle Safety Standards as established bythe U.S.Department of Transportation,NHTSA,regarding the manufacture ofmotorvehicles. REV 2015 Page 46 FLORIDA SHERIFFS ASSOCIATION Contract Terms and Conditions Rev 07/27/15 4.8 VEHICLE DEUVERY The successful bidder shall be responsible for delivering vehicles that are properly serviced,clean,andin first class operating condition.Pre-delivery service,ata minimum,shall include the following: ©Standard Dealer and Manufacturer protocol for new vehicle delivery plus; B Cleaning of vehicle,if necessary,and removal of all unnecessary tags,stickers,papers,etc.DO NOT remove window pricestickerorsuppliedlinesheet; D Speedometermustbe correct regardless ofthetires provided bythe vehicle manufacturer or axle ratio furnished; ©Owner's manual and warranty manual to accompany each vehicle; D All specified as "factory installed"istobe installed onthe vehicle atthe primary siteof assembly and isto bethe manufacturer's standard assembly-line product.No aftermarket andno dealer installed equipment will be accepted as "factory installed".Vendors found supplying aftermarket or dealer installed equipment where "factory installed"are specified may be required to retrieve all vehicles delivered and reorder newvehiclesmeetingthe specifications. °Manufacturer's suggested retail price list sheet (window sticker)form MUST beinthe vehicle whenitis delivered tothe purchasing agency.Vehicles thatare missing this form,orhave forms thathavebeen altered,willnotbeaccepted; 4.9 DEALER/CONTRACTOR INSTALLED EQUIPMENT neve/i* All dealer installed accessories (roll bar,trailer hitch,etc.)shall be installed according tothe manufacturer's specifications. AH such accessories mustbe manufactured bya recognized manufacturer ofthe product provided,unless the accessory isnot available from a recognized manufacturer.Dealer is required to disclose "Make/Model"of product being offered and the location,design,and model must be approved bythe customer prior to installation.Dealer mustalso disclose the warranty ofanyitemthat less than or exceedsfactory vehicle factory warranty coverage. An awarded contractor that employs or subcontracts technicians to install emergency equipment on vehides purchased onthiscontractarerequiredto utilize technicians thatarecertifiedin Law Enforcement Vehicle Installation through EVT Certification Commission,Inc.oran approved equivalent. The Florida Sheriffs'Association Contract Administrator may at any time during the contract period request proof of the required certification. Anyawardedcontractorthatviolatesthis provision willbeconsideredindefaultofthe contract.The contractmay then be terminated upontendaywrittennoticeofsaid violation. 4.10 PRODUCTION CUTOFF Contractor shall notifythe Contract Administrator,in writing,nolessthansixty (60)calendar days prior to the close of "Fleet Final Order Date". REV 2015 Page 47 FLORIDA SHERIFFS ASSOCIATION Contract Terms and Conditions Rev 07/27/15 Purchase Orders received bythe contractor ten (10)business days prior tothe final order date mustbe accepted and entered intothe order system with the manufacturer.Purchase Orders issued and received afterthecutoff date will besubjectto availability. If a purchase order has been timely received bythe contractor and the manufacturer and the manufacturer fails to produce/deliver the production year vehicle,the contractor must provide thenext year's equivalent model atcurrentcontract prices. Purchase Orders received bythe contractor after the cutoff date,the contractor and manufacturer at their sole discretion may choose to provide next year's model at current year's prices until the end ofthe contract term. REV 2015 =s==========^^ Page 48