Loading...
_add-on a)'(,fi South'Miami CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM THE CITY OF PLEASANT LIVING 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 Agenda Item No.: ~ .on el) June 21,2016 A Resolution authorizing the City Manager to purchase a Ford F-150 Truck from Don Reid Ford Inc. The new Ford F-150 will replace Truck 20-57 a 1999, 4-door, Ford F- 250. Truck 20-57 has exhausted its useful life due to its continued use throughout the. past 17 years. The purchase of the new Truck will eliminate the various costly repairs that Truck 20-57 will need, to continue its usefulness to the Department. This Truck is 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 of Public Works supplies & equipment and use during any hurricane/disaster relief. The Public Works Department will utilize funding from the 2015/16 Fiscal Year derived from cost savings from the purchase of Heavy Equipment. Due to the cutoff date of 07/01/2016 the truck must be purchased at this time to meet the pending cutoff date. The City Manager wishes to piggyback on Florida Sheriffs Association Contract No. 15-1 3-0904 with Don Reid Ford, Inc. The City of South Miami desires to utilize 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. A Resolution authorizing the City Manager to expend an amount not to exceed $36,000 with Don Reid Ford for the purchase of a Ford F-150 Pickup Truck, charged to account number 301.1720.534.6440 (CIP). Not to exceed $36,000 Account No.: 301.1720.534.6440 (CIP) has a current balance of $57,633. Piggyback Contract with Don Reid Ford, Inc. RESOLUTION NO.: _________ _ 2 3 A Resolution authorizing the City Manager to purchase a Ford F-1S0 Truck 4 from Don Reid Ford Inc. 5 6 WHEREAS, the new Ford F-150 will replace Truck# 20-57, a 1999, 4-door, Ford F-250; 7 and 8 9 WHEREAS, Truck 20-57 has exhausted its useful life due to its continued use throughout 10 the past 17 years; and 11 12 WHEREAS, the purchase of the new Truck will eliminate the various costly repairs that 13 Truck 20-57 will need, to continue its usefulness to the Department; and 14 15 WHEREAS, this Truck is currently used for various assignments pertaining to the Public 16 Works Department, including but not limited to, pickup and delivery of landscape materials, 17 delivery of residential garbage containers, debris removal, transporting Divisional staff, moving 18 Public Works supplies and equipment and use during any hurricane/disaster relief; and 19 20 WHEREAS, the Public Works Department will utilize funding from 2015/16 Fiscal Year 21 derived from cost savings from the purchase of Heavy Equipment. Due to the cutoff date of 22 07/01/2016 the truck must be purchased at this time to meet the pending cutoff date; and 23 24 WHEREAS, the City Manager wishes to piggyback on Florida Sheriffs Association 25 Contract No. 15-13-0904 with Don Reid Ford Inc; and 26 27 WHEREAS, the City of South Miami desires to utilize the Florida Sheriffs Association 28 Contract under the Terms and Conditions as set forth in the solicitation agreement between 29 Florida Sheriffs Association and Don Reid Ford Inc. 30 31 NOW, THEREFORE, BE IT RESOLVED THE MAYOR AND CITY COMMISSION OF THE CITY 32 OF SOUTH MIAMI, FLORIDA: 33 34 Section 1. The City Manager is authorized to expend an amount not to exceed $36,000 35 with Don Reid Ford Inc. for the purchase of a Ford F-150 PickUp Truck, charged to account 36 number 301.1720.534.6440, CIP Account with a current balance of $57,633. 37 38 Section 2. Severability. If any section, clause, sentence, or phrase of this resolution is 39 for any reason held invalid or unconstitutional by a court of competent jurisdiction, this holding 40 shall not affect the validity of the remaining portions of this resolution. 41 42 Section 3. Effective Date: This resolution shall take effect immediately upon 43 enactment. 44 45 46 PASSED AND ENACTED this __ day of ____ -', 2016. 47 48 49 50 51 ATIEST: APPROVED: 52 53 CITY CLERK MAYOR 54 55 56 READ AND APPROVED AS TO FORM, COMMISSION VOTE: 57 LANGUAGE, LEGALITY AND Mayor Stoddard: 58 EXECUTION THEREOF Vice Mayor Welsh: 59 Commissioner Edmond: 60 Commissioner Liebman: 61 Commissioner Harris: 62 CITY ATIORNEY 611612016 Detail by Entity Name Florida Profit Corporation DON REID FORD. INC. Filing Information Document Number FEI/EIN Number Date Filed State Status 290488 59-1089464 03/04/1965 FL ACTIVE Detail by Entity Name Last Event NAME CHANGE AMENDMENT Event Date Flied Event Effective Date Principal Address 1875 S ORLANDO AVE MAITLAND, FL 32751 Changed: 01/29/2010 Mailing Address P. O. BOX 940005 1875 S ORLANDO AVE MAITLAND. FL 32794 00 Changed: 01/29/2010 02/08/1978 NONE Registered Agent Name & Address REID. RUSSELL L 1875 SOUTH ORLANDO AVENUE MAITLAND. FL 32751 Name Changed: 01/29/2010 Address Changed: 01/25/2002 Officer/Director Detail Name & Address Title P REID. RUSSELL 1875 S ORLANDO AVE http://search.sunbiz.orgllnquiry/CorporalionSearchlSearchResultDetall?inquiry1ype=EntityName&direcUonType=lnlUaI&searchNameOrder=DONREIDFORD% ... 1/3 611612016 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 Detail by Entity Name 01/21/2016 --ANNUAL REPORT View image in PDF format I _._w. ___ .~ ....... ,_.w_. ___ ... _ .,_~ ... ______ ..•.... __ , 02/05/2015 --ANNUAL REPORT View image In PDF format ! ._ ._. __ ••• _______ ~ ___________ •••• ~ _______ ._ ••••• _ •• 1 02/12/2014 --ANNUAL REPORT _ ..... _ .. _~!'~J~~~~_.~~._~~.~_~?~~! ..... _ .. : 01/29/2013 --ANNUAL REPORT_ .. Y..~~Y.-'.I~~Q!_I.~_~~~.~?~.!t ......... " 01/20/2012 --ANNUAL REPORT View Image in PDF format , ,., •. ,',', ...•.. -...... ~ ... _ ... , ......... , ....... ~ ... ~ __ ..... " ................ , .................... _,N •.• __ ....... _~_.~ .............. ' I 02108/2011 --ANNUAL REPORT ......... __ ... ~~~ .. i~.~~~_i~,!:'_~_,~~,~~~,_ ....... . 01/29/2010 --ANNUAL REPORT 01/13/2009 --ANNUAL REPORT View image in PDF format ... _.0'_._.' _____ ...... ___ ............ _ ...... __ .. .., .... "._~. _,"w View image in PDF format 01/24/2008 --ANNUAL REPORT View Image in PDF format ,." ....• ,-....... -.. -............... -........ .. . .... _-_ ... -. -, 01/22/2007 --ANNUAL REPORT .. HO. y!~w Im_~ge.HI~.P~F .. ~orm~t 02/20/2006 --ANNUAL REPORT, .... ,.Y~~~.~~.~.~,~J~,,~.~F..t.~~~!, .. 01/10/2005 --ANNUAL REPORT."m. yie.~,~~~~~.i"..~I:)_~!~~~t 02/16/2004 --ANNUAL REPORT View image In PDF format .... ' .... ,' .. . ..... htlp:/Isearch.sunbiz.orgllnqui ryfCorporalionSearchfSearchResuIIDetail?lnqulrylype=EntllyName&directionType=lnilial&searchNameOrder=DONREIDFORD%, ., 213 2016 FLORIDA PROFIT CORPORATION ANNUAL REPORT DOCUMENT# 290488 Entity Name: DON REID FORD, INC. Current Principal Place of Business: 1875 S ORLANDO AVE MAITLAND. FL 32751 Current Mailing Address: P. O. BOX 940005 1875 S ORLANDO AVE, MAITLAND, FL 32794 00 FEI Number: 59·1089464 Name and Address of Current Registered Agent: REID. RUSSELL L 1875 SOUTH ORLANDO AVENUE MAITLAND. FL 32751 US FILED Jan 21, 2016 Secretary of State CC7078853663 Certificate of Status Desired: No The above named entity submits this statement for the purpose of changing Its registered offlce or registered agent. or both. In the State of Florida. SIGNATURE: Electronic Signature of Registered Agent Officer/Director Detail : Title P Name REID, RUSSELL Address 1875 S ORLANDO AVE Clty-Slale-Zlp: MAITLAND FL Title Name Address V REID. DONALD LJR 1875 S ORLANDO AVE Clty-Slale-Zlp: MAITLAND FL 32731 Title Name Address V REID. BRADLEY 1875 S ORLANDO AVE Clty-State-Zlp: MAITLAND FL 32751 Date Title ST Name LEVASSEUR, MELISSA A Address 1875 S. ORLANDO AVE. City-Stale-Zip: MAITLAND FL Tille V Name REID. ROBERT Address 1875 S ORLANDO AVE Clty-Slale-Zlp: MAITLAND FL 32731 I hereby certify that the Informeffon Indlceted on this report or supplemental report Is true and acculllte and that my electmnlc signature shall have the samalagal affect as If mada under oath; that I am an otl/cer or dlllletor of the corporation or the receivar or trustee empowered to execute this report as IIIqulred by Chapter 607. F/ortda Statutes; and thet my name appears above. or on an attachment wHh all other like empowered. SIGNATURE: MELISSA LEVASSEUR SECRETARY TREASURER 01/21/2016 Electronic Signature of Signing Officer/Director Delall Date CONTRACT FOR CITY OF SOUTH MIAMI PUBLIC WORKS Yz TON PICK-UP VEHICLE THIS AGREEMENT made and entered into this __ day of , 20_ by and between the City of South Miami, a Florida municipal Corporation by and through its City Manager (hereinafter referred to as "City") and Don Reid Ford, Inc., (hereinafter referred to as "Contractor") . WITNESSETH: WHEREAS, the "Florida Sheriffs Association" solicited bids, pursuant to RFP # 15- 13-0904, for Police Rated, Administrative, Utility Vehicles, Trucks & Vans; and WHEREAS, the "Florida Sheriffs Association", after completing a competitive bidding process, awarded a contract to Contractor, and WHEREAS, the City of South Miami desires to utilize the "Florida Sheriffs Association" Contract and pursuant to authority of the City of South Miami's Charter. NOW, THEREFORE, the City and the Contractor, each through their authorized representative/official, agree as follows: 1. The City desires to enter into a Contract, under the same terms and conditions as set forth in the solicitation and the agreement between "Florida Sheriffs Association" and Contractor, pursuant 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 a purchase order to be issued by the City and further agrees to the fair and reasonableness of the pricing. Contractor hereby agrees to provide such goods and/or services, pursuant to the City's purchase order made during the term of this agreement, under the same price(s), terms and conditions as found in the solicitation documents and the response to the solicitation, pertinent copies of which are attached hereto as 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, a copy of which, including any amendments and addendums thereto, is attached hereto and made a part hereof by reference. 3. All references in the contract between "Florida Sheriffs Association" and Contractor, shall be assumed to pertain to, and are binding upon Contractor and the City of South'Miami. All decisions that are to be made on behalf of the "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 of South Miami. The term of the contract, including all extensions authorized by the contract shall not exceed five years. Notwithstanding anything contained in the 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 of the State of Florida and venue for all dispute resolutions or litigation shall be in Miami-Dade County, Florida. Thomas F. Pepe -01-11-16 Page 1 of4 in the attached 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 of all the goods, the completion of all the services and after final inspection by the City that approves of the 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 of that Grant, applicable to the delivery of the goods and services that are the subject of this Agreement, and that are within its power to provide and to provide all 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. A copy of the grant is attached hereto and made a part hereof by reference. 7. Public Records: Contractor and all of its subcontractors are required to comply with the public records law (s.119.0701) while providing goods and/or Services on behalf of the CITY and the Contractor, under such conditions, shall incorporate this paragraph in all of its subcontracts for this Project. 8. Waiver Jury Trial: City and Contractor knowingly, irrevocably voluntarily and intentionally waive any right either may have to a trial by jury in State or Federal Court proceedings in respect to any action, proceeding, lawsuit or counterclaim arising out of the Contract Documents or the performance of the Work thereunder. 9. Validity of Executed Copies: This agreement may be executed in several counterparts, each of which may be construed as an original. 10. Attorneys' Fees and Costs: In the event of any litigation between the parties arising out of or relating in any way to this Agreement or a breach thereof, each party shall bear its own costs and legal fees. Nothing contained herein shall prevent or prohibit the right to be indemnified for any attorney fees incurred in the defense of an action by a person or entity who is not a party to this Agreement. 11. Severability: If any term or provision of this Agreement or the application thereof to any person or circumstance shall, to any extent, be invalid or unenforceable, the remainder of this Agreement, or the application of such term or provision to persons or circumstances other than those to which it is held invalid or unenrorceable, shall not be affected thereby and each term and provision of this Agreement shall be valid and enforceable to the fullest extent permitted by law. IN WITNESS WHEREOF, and as the duly authorized act of the parties, the undersigned representatives of the parties hereto have caused this instrument to be signed in their respective names by their proper officials on or before the day and year first above written. Thomas F. Pepe -01-11-16 Page 2 of4 Don Reid Ford, Inc.: By: _______________________ _ (type name and title of signatory above) ATTEST: By: ____________________ __ Maria M. Menendez, CMC City Clerk Read and Approved as to Form, Language, Legality and Execution Thereof. By: ______________________ __ Thomas F. Pepe City Attorney Thomas F. Pepe -01-11-16 CITY OF SOUTH MIAMI By: __________________ __ Steven Alexander City Manager Page 3 of4 ATTACHMENT A CONTRACT FOR CITY OF SOUTH MIAMI PUBLIC WORKS Y2 TON PICK-UP VEHICLE Florida Sheriffs Association Contract #15-13-0904 Thomas F. Pepe -01-11-16 Page 4 of4 BID AWARD ANNOUNCEMENT 15-23-0904 Effective Dates: October 1,2015 -September 30, 2016 POLICE RATED, ADMINISTRATIVE, UTILITY VEHICLES, TRUCKS & VANS Participating Sheriffs Offices & Local Governmental Agencies of the State of Florida Coordinated By The Florida Sheriffs Association & Florida Association of Counties Bid Award Announcement (lS·23·0904) r~ F~- FLORIDA ASSOCIATION OF COUNTIES All About Florida 1 i~ --im~\~-c;,:.."::(f J~'<,illi'f, ~."? ;;;;;;;;;;;~!!!!!!!!!!!!!!~~~llt~;·~rf!?J!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!! i%jj~\'~:,~_,. FLORIDA SHERIFFS ASSOCIATION DATE: TO: FROM: October 1, 2015 P. O. Box 12519 • Tallahassee, FL 32317-2519 PHONE (850) 877-2165 • FAX (850) 878-8665 WEB SITE: www.flsheriffs.org ALL PROSPECTIVE PARTICIPANTS Steve Casey Executive Director Peggy Goff Deputy Executive Director Drew Terpak Business Operations Manager Annette· Grissom Cooperative Bid Coordinator RE: POLICE RATED, ADMINISTRATIVE, UTILITY VEHICLES, TRUCKS & VANS BID NO.: 15-23-0904 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 bye-mail at FLEET@flsheriffs.org_ This information will be considered in future bid awards in order to ensure that agencies are receiving the level of service required of dealers who wish to participate in this program. All interested parties who wish to purchase from this contract may do so by following these simpZe 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) 2 vehicles purchased through this program. You can only purchase from a dealer who is listed as a winner of one of the four zones for the vehicle you wish to purchase. However, you may purchase from any awarded dealer within any zone (additional delivery fees may apply). Agencies ordering a Ford, General Motors, Chrysler, or Toyota product, please be advised that you must use the appropriate FIN Code/FAN Code for the Florida Sheriffs Association in order to obtain the manufacturer's concessions. Also, you must use your FIN Code/FAN Code as a secondary number. For further assistance call the Fleet Customer Information Center for your appropriate manufacturer. Manufacturer Type Code FSA Code Fleet Center Contact Numbers Ford FIN Code QE065 1-800-34-FLEET (1-800-343-5338) General Motors FAN Code Chrysler FAN Code Toyota FIN Code 917872 48830 GE159 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 fee of .0075 or three quarters of one percent. The base price and all add options are inclusive of the administrative fee. • POLICE RATED, ADMINISTRATIVE, UTILITY VEHICLES, TRUCKS & VANS -Dealers ARE to include a three quarters of one percent (.0075) administrative fee in their base bid prices and their quotes and pricing for all additional equipment items (add options), excluding any state regulated fees including tags. The three quarters of one percent (.0075) will be incorporated into and made a part of the total invoice amount and shall not be treated or added as a separate line item. Fees are based on the total invoice cost of the new vehicle or equipment and excluding trade-ins. Trade-ins and other exchanges will not reduce or impact the fee calculation. No Other administrative fee(s) will be applicable to any transaction relative to the contract. 5. In order to ensure quality service for our user agencies, we are requesting that you notify the Florida Sheriffs Association regarding any problems encountered in working with the awarded dealers. Any issues, including but not limited to, receipt of confirmation of order, delivery problems and communication problems, should be reported to us bye-mail at FLEET@flsheriffs.org. This information will be considered in future bid awards in order to ensure that agencies are receiving the level of service required of dealers who wish to participate in this program. 6. Add/delete options might include a superscript listed by the Order Code. The purpose of the superscript is to identify which options correlate to a specific dealer. Superscripts will be a number between 1 and 4, and will correspond as follows: 1 = Western zone dealer 3 = Central zone dealer 2 = Northern zone dealer 4 = Southern zone dealer Bid Award Announcement (15-23-0904) 3 If a dealer has been awarded more than one zone, they will only have one superscript number assigned, and it will be the lowest numerical number that applies to their awarded zones. For example, if a dealer is awarded the northern and southern zones, their add/ delete options for both zones will be represented by a "2" superscript. Options are intended to add or delete equipment andj or features from the base vehicle specification, and to allow for an upgrade or downgrade to a manufacturer's model with a slightly different engine size or horsepower, and as such, will not be made available for purchase separate from the base vehicle. IMPORTANT NOTE: The manufacturers produce limited quantities of certain vehicles and orders are processed on a first come first serve basis and limited by the manufacturing plants capacity during any given model year. We are advising all agencies to place their orders for police rated vehicles as soon as possible to ensure delivery of product. Bid Award Announcement (15-23-0904) 4 ~ FLORIDA ASSOCIATION OF COUNTIES -All About Florida FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES Name of Dealership Type of Vehicle Zone 1/2 TON 4-DOOR CREW CAB PICKUP TRUCK -4X2 (Specification #49) Alan Jay Chevrolet, Buick, GMC, Cadillac 2016 Chevrolet Silverado 1500 (CCI5543) Western Alan Jay Chevrolet, Buick, GMC, Cadillac 2016 Chevrolet Silverado 1500 (CCI5543) Northern Alan Jay Chevrolet, Buick, GMC, Cadillac 2016 Chevrolet Silverado 1500 (CCI5543) Central Alan Jay Chevrolet, Buick, GMC, Cadillac 2016 Chevrolet Silverado 1500 (CCI5543) Southern Garber Chrysler Dodge Jeep Ram Truck Inc. 2016 Ram 1500 (DSIL98) Western Garber Chrysler Dodge Jeep Ram Truck Inc. 2016 Ram 1500 (DSIL98) Northern Garber Chrysler Dodge Jeep Ram Truck Inc. 2016 Ram 1500 (DSIL98) Central Garber Chrysler Dodge Jeep Ram Truck Inc. 2016 Ram 1500 (DSIL98) Southern Hub City Ford 2016 Ford F-150 (WIC) * Western Duval Ford 2016 Ford F-150 (WIC) *Northern Alan Jay Ford 2016 Ford F-150 (WIC) * Central Don Reid Ford 2016 Ford F-150 (WIC) * Southern Kelley Buick GMC 2016 GMC Sierra 1500 (TCI5543) Western Kelley Buick GMC 2016 GMC Sierra 1500 (TCI5543) Northern Kelley Buick GMC 2016 GMC Sierra 1500 (TCI5543) Central Kelley Buick GMC 2016 GMC Sierra 1500 (TCI5543) Southern Alan Jay Toyota, Scion 2016 Toyota Tundra Short Bed (8259) Western Rountree-Toyota 2016 Toyota Tundra Short Bed (8259) Northern Alan Jay Toyota, Scion 2016 Toyota Tundra Short Bed (8259) Central Alan Jay Toyota, Scion 2016 Toyota Tundra Short Bed (8259) Southern Bid Award Announcement (15-23-0904) Base Unit 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 $28,487.00 915 ~ FLORIDA ASSOCIATION OF COUNTIES -All About Florida FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES 112 TON 4-DOOR CREW CAB PICKUP TRUCK -4X2 SPECIFICATION #49 2016 Ford F-150 (W1C) The Ford F-150 (WIC) purchased through this contract comes with all the standard equipment as specified by the manufacturer for this model and FSA's base vehicle specification(s) requirements which are included and made a part of this contract's vehicle base price as awarded by specification by zone. ZONE: * Western BASE ,PRICE: $21,738.00 *Northern $21,647.00 * Central $21,756.00 * Southern $21,850.00 While the Florida Sheriffs Association and Florida Association of Counties have attempted to identify and include those equipment items most often requested by participating_agencies for full size vehicles, we realize equipment needs and preferences are going to vary from agency to agency. In an effort to incorporate flexibility into our program, we have created specific add/delete options which allow the purchaser to tailor the vehicle to their particular wants or needs. The following equipment delete and add options and their related cost are provided here to assist you in approximating the total cost of the type vehicle(s) you wish to order through this program. Simply deduct the cost of any of the following equipment items you wish deleted from the base unit cost and/or add the cost of any equipment items you wish added to the base unit cost to determine the approximate cost of the type vehicle(s) you wish to order. NOTE: An official listing of all add/delete options and their prices should be obtained from the appropriate dealer in your zone when preparing your order. Additional add/delete options other than those listed here may be available through the dealers, however, those listed here must be honored by the dealers in your zone at the stated prices. Bid Award Announcement (15-23-0904) 929 VEHICLE: F-150 (WIC) DEALER: Hub City Ford Duval Ford Alan Jay Ford Don Reid Ford 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 AMlFM stereo radio I NAI NAI NA NAI Air conditioning I NAI NAI NA NA Full size spare tire and rim I NA\ NAj NA NA Order Code Add Options Western Northern Central Southern P1ease refer to the Emergency Vehic1e Lighting Specifications for 1ightbar descriptions and the awarded dea1er pricing. 99P-99G 1 99F 2 99p3 99F 4 99F 1 99P2 99F 3 99P4 68G 1 68G 2 998 3 68G 1 68G 2 68G 3 CNG 1 CNG 2 24GGE 3 LPG 1 DRYCELL 3 Engine upgrade -specify 2.7L V-6 ENG 99G(3.5L V6 ENG ($1994.00) 1 5.0L V8 with Flex-Fuel Capability 2 2.7L V6 EcoBoost -or-(99G 3.5L ECOBOOST V6 $1994) 3 5.0L V-8 4 Engine upgrade -specify 5.0L V-8 ENG 1 \2.7L V6EcoBoost® with Auto Start/Stop Technology System. (iceboats payload package 622 req. 53A Trailer Tow Pkg) For 99G 3.5L V6 EcoBoost® (NA 122" WB) use $1994 2 5.0L FlexFuel V8 3 2.7 ECO BOOST 4 Bi-fuel model-specify CNG/Propane Gaseous EnlJjne Prep Pack (req. 99F 5.0L V8 engine) -Late Availability 3.5L V6 Ti-VCTwith Flex-Fuel Capability 3 CNG model -specify ! CNG/Propane Gaseous Engine Prep Pack (req. 99F 5.0L V8 I engine) -Late Availability 2 CNG/PROPANE GASEOUSENGINE PREP PACKAGE I (REQUIRES 99F5.0L V8 ENGINE UPGRADE) ***LATE iAVAlLABILlTY*** 3 CNG conversion (discuss with dealer) Requires 68G $314 and 99F $1594. Bifuel/dedicated 24 GGE system. 2 24 Gas Gallon Equivalent 1 Tank CNG System, specifY Bi-Fuel or Dedicated (Requires 68G) 3 LPG conversion (discuss with dealer) Battery, 650 cca or greater Replacesfactory lead acid 750cca battery with min. HD 800cca dry cell battery. 3 i Dual batteries i Bid Award Announcement (lS-23-0904) $794.00 1 $1,594.00 1 $314.00 1 2 $1,594.00 $794.00 2 , I I , I I I $314.00 2 $794.00 3 $1,595.004 $1,594.00 3 $794.00 4 Std3 $1,229.00 1 2 3 $314.00 I $314.00. $314.00 $1,229.00 I I I I I I I! I $12,996.00 1 1$12,450.002 1 $13,000.00 3 $1,229.00 I $[2,m.J J NA I J NA I NA I $329.00 3 I NA I i I I ! NAi NAI NAi NAj 930 VEHICLE: DEALER: ZONE: BASE PRICE: 627 -99F -XL6-53A-157 W-BASE 1 627 2 99P 622 53A 157WB 3 627 4 67T 1 67T 2 67T 3 67T 4 XL6-XL9 1 XL9 2 XL9 3 XL6 4 101A-300A 1 W1C.300A 2 lOlA 3 XLT4 F-150 (W1C) Hub City Ford Duval Ford * Western *Northern $21,738.00 $21,647.00 7,700 lbs. GVWR (99G) Includes: 3.73 Electronic-locking rear axle, 9.75" gear set, LT245170R17E BSWall-terrain tires (AIT) (T7C) (XL only), LT275165R18C OWL all-terrain tires (AlT) (T8C) (XLT), Upgraded springs and auxiliary transmission oil cooler, XL: 17" Silver Steel Heavy-Duty Payload Pkg. wheels (64W), XLT: 18" Silver Aluminum Heavy-Duty Payload Pkg. wheels (64H) Optional Equipment: XL: 18" Silver Aluminum Heavy-Duty Payload Pkg. wheels (64H)(LT275165RI8C OWL all-terrain tires (AlT) (T8C) are included with the Unique 18" Aluminum wheels (64H)) USE $1694 FORXLT. 2 6,800LB GVWR Includes: 2.7L ECOBOOST V6, 3. 73 E-locking rear differential, tailer tow package, long bed, and 2. 7L payload group -or-[99F 627 53A 157WB -7,600LB GVWR Includes: 5.0L V8, 3.73 E-locking rear differential, trailer tow package, long bed, and HD payload package $3904) -or-[99G 627 53C 157WB 3.5L ECCOBOOST, trailer brake controller, 3.73 E-locking rear differential, trailer tow package, long bed, and HD payload package $4504} 3 REQUIRES 8 FOOT BED 4 Electric brake controller Integrated Trailer Brake Controller (req. 53B Class IV Trailer Hitch or 53A Trailer Tow Pkg.; incl. with 53C Max Trailer Tow Pkg.2 Requires Trailer tow package, Included with max trailer tow package. 3 Traction control AdvanceTrac wlRSC (RollStabilityControITM) 2 Limited slip differential 3.55 Electronic Locking axle ratio wlI 45" wheel base. NA with trailer tow package (53A). Use XL6 3. 73 Electronic Locking axle ratio with 53A and 145"wb $569. Use XL3 3.31 Electronic Locking axle ratiiJ with 2. 7L eco boost engine for $419 or XL6 $569. For 5.0L V8 engine use XL3 $419 or XL9 wIT railer Tow package 53A. For 3.5L V6 eco boost engine use XL5 3.15 I Elocking axle ratio $419 or XL9. XL6 is included in 627 payload package. XL9 is included with 53Cwhen using 3.5L V6 eco boost 'I engine 2 3:55 E-locking rear differential wi base engine (ADD $100 XL6- 3.73 E-locking rear differential). 3 Manufacturer's model upgrade package (specify pkg. bid) JOIAXL OR UPGRADE PKG 300A XLT PKG ($5,299.00) 1 F150XLT Model WITH 300a PACKAGE: EXTERIOR: BoxLink (includesfour (4) premium locking cleats), Bumper,Front-Chrome with Body-color Fascia, BumperRear-Chrome. FogLamps, Grille-chrome Chrome Surround and Black Mesh Insert, mirrors, Sideview-Manual-folding,Power Glass with Black Skull Caps, Perimeter Anti-Theft Alarm, SecuriCode Keyless Entry Keypad, Driver's Side, Wheels-17 "Silver Painted Aluminum INTERIOR/COMFORT: AC-Chrome Ring wi Obsidian Vanes, AMlFM Single-CD, Carpet-wIFloorMats, Compass, Cruise Control, Delayed Accessory Power, Illuminated Entry, MyKey, Power Locks with Flip Key and Integrated Key, Transmitter Keyless Entry (incl. Auto lock) Power Tailgate Lock, Power Windows (FrontiRear)-One-touch, Rear Window with Fixed I Privacy Glass, Scuff Plates ?Cloth4.0120140 lumbar ,Armrest wlstoraf(e, SYNC® 4.2 "LCD Display in CenterStack, Bid Award Announcement (lS·23-0904) Alan Jay Ford * Central $21,756.00 1 $3,207.00 $274.00 1 Std $596.00 1 1 $1,304.00 2 $1,499.00 $274.00 2 $469.00 2 i 2 $4,000.00 Don Reid Ford * Southern $21,850.00 3 $2,039.00 $2,404.004 1 I $274.00 3 $274.004 Std NA $469.00 3 I $569.00 4 3 4 $2,254.00 $4,019.00 931 VEHICLE: DEALER: ZONE: BASE PRICE: 85A 1 85A 2 85A 3 85A 4 50S 1 50S 2 50S 3 50S 4 DOME 3 F-150 (WIC) Hub City Ford Duval Ford * Western *Northern $21,738.00 $21,647.00 ApplinkTM,-One(l)Smart Charging USB port, Visors Mirrors, 2 Equipment Group Mid lOlA includes: Power Windows (front on Regular Cab, front and rear on SuperCab and SuperCrew®), Power Door Locks with Flip Key and Integrated Key Transmitter kelyess-entry (includes Autolock), Power Tailgate Lock, Perimeter Alarm, Illuminated Entry, Manual-folding, Dual Power Glass Sideview Mirrors with Black Skull Caps, Autolamp -Auto On/Off Headlamps with Rainlamp Windshield Wipers, Daytime Running Lamps (DRL) (On/Off Cluster Controllable), MyKey® Owner Controls Feature I AMlFM with Single-CD (speakers; four (4) with Regular Cab, six (6) with SuperCab and SuperCrew®) I 4.2" Productivity Screen with compass in instrument cluster I SYNC® Enhanced Voice Recognition Communications and Entertainment System, 911 Assist®, 4.2" Multi-Function Display, ApplinkTM, one (1) Smart Charging USB Port and auxiliary audio input jack. I Cruise Control I BoxLink™ (includes four (4) premium locking cleats). 3 Seat trim upgrade -specify CLOTH SEATS 1 40120140 Cloth, included in upgrade package 300a 2 SpeCial Service vehicle package includes: 240 Amp Alternator, Cloth40lBlankl40 Front-Seats (SG) with center-seat section deleted (Restraint Control Module cover prOVided), Vinyl rear bench seat (requires 99F or 99G) -or-(CG cloth 40120140 split front bench $NIC.) 3 CLOTH 4 Power windows/door locks XL POWER EQUIPMENT GROUP (85A) Availability: Included on XL Mid (10la/300a) Opt. XL Base Includes: Autolamp-Auto On/Off Headlamps with Rainlamp Windshield Wipers Daytime Running Lamps (DRL) (On/Off Cluster Controllable) (when the non-controllable 942 Daytime Running Lamps (DRL) option is selected, it will replace the controllable DRL) Manual-folding, Dual Power Glass Sideview Mirrors with Black Skull Caps Illuminated Entry MyKey® Owner Controls Feature Perimeter Alarm Power Locks with Flip Key and Integrated Key Transmitter kelyess-entry (includes Autolock) Power Tailgate Lock Power Windows (front on Regular Cab, front and rear on SuperCab and SuperCrew® specifications) 2 Autolamp -Auto On/Off Headlamps with Rainlamp Windshield Wipers, Daytime Running Lamps (DRL) (On/Off Cluster Controllable) (when the non-controllable 942 Daytime Running Lamps (DRL) option is selected, it will replace the controllable DRL), Manual-folding, Dual Power Glass Sideview Mirrors with Black Skull Caps, Illuminated Entry, MyKey® Owner Controls Feature, Perimeter Alarm, Power Locks with Flip Key and Integrated Key Transmitter kelyess-entry (includes Autolock), Power Tailgate Lock, Power Windows (front on Regular Cab, front and rear on SuperCab and SuperCrew®). 3 Speed control I Included in model upgrade packages lOla, 300a 2 I I Tilt steering wheel I Passenger dome lamp Bid Award Announcement (15-23-0904) Alan Jay Ford * Central $21,756.00 1 $1,169.00 $224.00 1 i I I i Std I Std I Don Reid Ford * Southern $21,850.00 2 $1,169.00 I $224.002 1 I I Std 1 I Std! $49.00 3 3 4 $1,169.00 $1,169.00 I I $224.00 3 $224.00 4 1 I 1 j I I Std! Std i I $229.00 3 ! NA! 932 VEHICLE: DEALER: ZONE: BASE PRICE: VG 1 WG 2 VG 3 BS 4 168 1 168 2 168 3 168 4 47R 1 47R2 47R 3 924 1 924 2 92457Q3 58B 1 58B 2 58B 3 58B 4 52B 50S 3 58C 1 58C 2 58C 3 AK-KF 1 3K 2 3K 3 DLR 4 F-150 (WIC) Hub City Ford * Western $21,738.00 Duval Ford * Northern $21,647.00 Bucket seats in lieu of bench seat • Cloth 40lConsolel40 Front Seats with Flow-through Console and steering column-mounted shift XL model. With XLT model upgrade use (UG): • Cloth 40lConsolel40 Front Seats with four-way adjustable driverlpassenger headrests, manual driverlpassenger lumbar (Base), power driverlmanual passenger lumbar (Mid), power driver/passenger lumbar (Luxury) (NA wlRegular Cab). Flow-through Console and steering column-mounted shift at $294 2 Vinyl40lConsolel40 Front-Seat with Flow-through Console and column shift -or-(WG Cloth 40lConsolel40 Front-Seats with Flow-through Console and column shift $124) 3 Carpet in lieu of rubber floor covering Color-coordinated Carpet wlCarpeted Matching Floor Mats, included in XLT 300a 2 . Includes floor mats 3 Floor mats All-Weather Rubber Floor Mats (req. 168 Color-coordinated Carpet wlCarpeted Matching Floor Mats) 2 HD all weather rubber floor mats (requires 168). 3 Deep tinted glass Rear window, Fixed Privacy Glass with 57Q Defroster, Included with 300a. NA with 101apackage. For dealer added tint add $345 2 Factory tear window privacy glass and defogger. ( DT2 -Dealer installed deep tint film On front two door glass $149, ADD $49 for I windshield strip). 3 Sliding rear window Power-sliding Rear Window --XL (Including 57Q & 924) Use $349 with Power-sliding Rear Window --XLT (Including 57Q)) 2 Includes rear privacy glass and defogger 3 I AMlFM radio with single CD Included in upgrade packages 2 AM(FM Single CD 3 On-Star Ford SYNC Incudes: Enhanced Voice Regcognition Communications and Entertainment System, 911 Assist®, 4.2" Multi-Function Display, ApplinkTM, one (1) Smart Charging USB Port and auxiliary audio input jack. Compass display in instrument cluster. (included in manufacturers upgrade package) 3 I Satellite radio AMlFMlCDISAT 3 I I Additional Key(s) or Key Fob(s) when applicable Use $76 for simple fleet key, Included with RFC 2 I Dealer proVided third key. (3KR -Dealer provided third key' and remote when ordering with power equipment group $373) 3 I Side air bags Bid Award Announcement (15-23-0904) Alan Jay Ford * Central $21,756.00 $294.00 1 $144.00 1 $94.00 1 $99.00 1 NA 1 $289.00 I I NA $484.00 1 $296.00 1 I Std I Don Reid Ford *Southem $21,850.00 $294.00 2 $124.00 3 I $294.00 4 ' $144.002 I $94.002 $99.002 , I I $449.002 $289.00 2 NA I $484.00 2 1 ! I $300.002 1 ! i Std! • $144.00 3 ! I $94.00 3 $318.00 3 $449.00 3 $289.00 3 $643.00 3 $484.003 1 ! I $140.00 3 I ! Std $94.00 4 $74.00 $395.00 I ! $449.00 4 $289.00 4 NA NA $250.00 4 Std 933 VEHICLE: DEALER: ZONE: BASE PRICE: WB-157 1 6.5 BOX 2 WIC 157 3 157 4 LHP-6" LSL 2 L-SPOT 3 L&RHP-6" 1 2SL 2 LR-SPOr 3 YYST 1 yy2 RS 3 RSFS 1 RS2 RSF 3 BUG 1 BS2 BS 3 54M-54Y 1 54M2 54M 3 DLR 4 WGG 1 WGG 2 WGG 3 WGG 4 ATB 1 TBX2 ATB 3 F-150 (WIC) Hub City Ford * Western $21,738.00 Duval Ford *Northern $21,647.00 Long bed in lieu of short bed REQ UP GRADE ENG 1 Included in WIC.157 model upgrade with 157 inch wheelbase frame. 2 Requires Engine upgrade 3 Left-hand pillar mounted 6" spotlight with clear halogen bulb, dealer installed For Go-Light remote operated spot light add $649 includes bed mounted Pole in lieu a/roo/mount. 2- (ADD $175/or LED light) 3 Left & right-hand pillar mounted 6" spotlight with clear halogen bulb, dealer installed For Go-Light remote operated spot light add $649 includes bed mountedPole in lieu o/roo/mount. 2 (ADD $350.00/or LED lights) 3 Vent visors -stick-on style (Front driver/passenger windows only $11 0) 3 Rainshields -flange style (Front driver/passenger windows only $11 O)(not available with I-touch up windows) 3 Bug shield Dealer installed Bug Shield hood protector 3 Trailer tow mirrors Manual-folding, Manually Telescoping, Manual Glass Trailer Tow Mirrors with Black Skull Caps (NA with 998 3.5L V6 Ti-VCT engine, 85A XL Power Equipment Group or 122" WB; req. 53A Trailer Tow Pkg.or 53C Ma:x Trailer Tow Pkg.) 54Y ($394 xl or $274 with XLT 300a)/59s ($174): Manual-folding, Manually Telescoping, Power Glass Trailer Tow Mirrors with Heat, Turn Signal, High-Intensity LED Security Approach Lamps, LED Side-mirror Spotlights and Black Skull Caps (NA with 998 3.5L V6 Ti-VCT engine or 122" WB; req. 85A XL Power Equipment Group' and 53A Trailer Tow Pkg. or 53C Ma:x Trailer Tow Pkg.) 2 Manual trailer tow mirrors. -or-(54Y 59S -Black Power glass, manual telescoping trailer tow mirrors w/ signal indicator when ordering with 85A $ 568) (both options require engine upgrade and 53A or 53C trailer tow package). 3 i Wrap-around grille guard I Requiredwith Winch 8kw at $1295 2 I "'" $300 f~ Wmc' Mo~"''''' 3 I Alummum tool box I Single Lid Locking 2 Dealer Provided HD Aluminum Diamond Plate Tool Box 14" ,Depth. (18" Depth $469) AND (ADD $50 to 14" or 18"/or low I profile tool box.) 3 I WEATHER GUARD TOOL BOX 795.00 4 I Bid Award Announcement (15·23·0904) I Alan Jay Ford * Central $21,756.00 1 $1,109.00 $696.00 1 $969.00 1 $144.00 1 $144.00 1 $396.00 1 $394.00 1 I $1,696.00 1 I I $474.00 1 I , I I I I , i I ! I , $495.002 $796.002 $160.002 $160.00 2 $195.00 2 $89.00 2 2 $1,296.00 Don Reid Ford * Southern $21,850.00 $899.00 3 1$1,109.004 1 $480.00 3 $495.00 I $900.00 3 $895.00 $189.00 3 $250.00 $189.00 3 $250.00 $197.00 3 $395.00 I I $89.00 3 $394.00 4 I 3 ,I $995.00 I $1,295.00 I • i I I $395.00 2 I $429.00 3 1 $550.00,1 I I 934 VEHICLE: DEALER: ZONE: BASE PRICE: 96P 1 96P2 96p3 96P4 96W 1 96W 2 96W 3 96W 4 53B 1 HDTOW 2 53B DB2 3 53A 4 SLB-W 1 SKW 2 SKW 3 53A 1 53A 2 53A DB2 3 53A 4 53C-99G 1 53C 2 99G 53CDB2 3 53AJ99F 4 F-150 (WIC) Hub City Ford * Western $21,738.00 Bedliner Duval Ford *Northern $21,647.00 Plastic drop in bed liner with tailgate protector. Rubber bed mat add$I60 Z Plastic drop in liner (Dealer installed OEM bedliner $325). 3 Spray-on bedliner (Rhino, Line-X or approved equivalent) For Heavy Duty dealer installed Line-x brand use $550.00 2 Factory standard spray in bed liner with plastic liner on tailgate (Dealer installed HD Spray-on-Bed Liner $579). 3 Tow hooks Class IV hitch and ball INC 2" BALL PIN & CLIP 1 Includes (53b) Class IV Trailer Hitch (incl. Smart Trailer Tow Connector, 4-pinl7-pin wiring, Class IV trailer hitch receiver), draw bar, pin clip, 2 inch ball, and plug. 2 Factory Class IV Receiver, 4-pin / 7-pin wire harness, Draw Bar, 2" ball, pin, and clip. 3 8,000 lb. winch with remote RequiresWGG, Warn or equa 2 ! Requires WGG & Winch Mount Plate 3 Heavy duty towing package up to 5,000 lbs. with appropriate hitch INC 2 "BALL PIN & CLIP 1 Trailer Tow Package -XL Base: incl. Smart Trailer Tow Connector, 4-pinl7-pin wiring, Class IV trailer hitch receiver, upgraded front stabilizer bar, auxiliary transmission oil cooler; (Pro Trailer Backup Assist (47E) is optional on XL Base ADD $394 (47E requires 76C and 85A); 998 3.5L V6 Ti-VCT incl. Engine Oil Cooler. FORXLT MODEL UPGRADE 47E and 76C are required plus ADD $395.2 Trailer Tow Package (incl. Smart Trailer Tow Connector, 4-pinl7-pin wiring, Class IV trailer hitch receiver, upgradedjront stabilizer bar, auxiliary transmission oil cooler; 998 3.5L V6 Ti-VCT incl. Engine Oil Cooler), Draw Bar, 2" ball, pin, and clip. 3 Heavy duty towing package up to 7,200 lbs. with appropriate hitch INC 2" BALL PIN & CLIP REQ UPGRADE EBG (3.5L ECOBOOST ENG) 1 Max Trailer Tow Package (req. 3.5L V6 EcoBoost®) -XL Base: incl. Smart Trailer Tow Connector, 4-pinl7-pin wiring, Class IV trailer hitch receiver, upgraded front stabilizer bar, auxiliary transmission oil cooler (Pro Trailer Backup Assist (47E) is optional on XL Base ADD $394 (47E requires 76C and 85A), MAX TRAILER TOW PACKAGE (53C) Not available with: 2.7L V6 EcoBoost® Payload Pkg. (622) Requires: 3.5L EcoBoost® I Engine (99G) Includes: 3.55 Electronic-locking rear axle (axle is " changed to 3.73 Electronic-lockingdifferential if ordered with Heavy-Duty Payload Pkg. (627; use $694)} 4-pinl7-pin wiring harness AUXiliary transmission oil cooler Class IV trailer hitch ! receiver Smart Trailer Tow Connector (standard on Lariat and ! higher) Integrated Trailer Brake Controller Upgradedjront I stabilizer bar Upgraded rear bumper. Includes pin clip and plug. i FOR XLT A!ODEL UPGRADE 47E and 76C are required plus Bid Award Announcement (15-23-0904) Alan Jay Ford * Central $21,756.00 $279.00' I $474.00 1 NA $192.00 1 1 $1,696.00 $596.00 1 1 $3,089.00 I $349.00 2 $494.00 2 NA $659.00 2 2 $1,295.00 $494.00 2 Don Reid Ford * Southern $21,850.00 $349.003 1 $349.004 1 $494.00 3 $474.00 4 NA NA $194.00 3 $894.00 4 $1,195.003 , $1,695.00 I $584.00 3 $894.00 4 $794.00 2 $2,879.003 $2,519.004 i I I 935 VEHICLE: DEALER: ZONE: BASE PRICE: FCHT 1 FCHT 2 FCR 3 942 1 942 2 942 3 942 4 STC 1 SKCOMPAK 2 LEERDCC 3 CSHR 1 CS 2 HAR 3 PR-EMB 1 PRPU 2 PRT 3 F-150 (W1C) Hub City Ford * Western $21,738.00 Duval Ford *Northern $21,647.00 I ADD $395. 1. I Includes: 3.5L ECOBOOST V6, Max trailer tow package, trailer I brake controller, draw bar, 2" ball, pin, and clip. 3 Fiberglass tonneau cover (painted to match) For Retrax Brand locking retractable cover use $J396,jor rollnlock brand use $1496. 2 (Add $1338 for Bed Slider with Rubber Mat and 4" Sides) -or-( Roll-N-Lock cover ADD $297 in lieu offiberglass tonneau) 3 Fiberglass cab high topper with front, side and rear windows (painted to match) Add $395 for side access windows 2 Add $375 for side access windows in lieu offlXed 3 Daytime running lights Daytime Running Lamps (DRL) (when selected with 85A Power Equipment Group, the non-controllable 942 Daytime Running Lamps (DRL) replace Daytime Running Lamps (DRL) (On/Off Cluster Controllable)) 2' I Immobilize daytime running lights Don't order option 942 3 Nitrogen filled tires including spare tire Full size spare tire and rim Midbox body option Steel truck cap SpaceKt;lp -8' Compak (Transferable Service Body). Body can be placed in any 8' truck bed. Easily translerable. Also available for 6' truck bed. Add Contractor Bin Pkgfor $1,335. Add Service Pkg ~U~2 I I Leer Deluxe Aluminum Commercial Topper (WHITE), 23" High, Front Picture Window, Full Length Side Doors with Driver and I passen. ger Side Tool Boxes including 1 Vertical and 1 Horizontal I'· Divider, Rear lift Up Door with Picture Window, Ladder Rack, I' 20" 12v LED Interior Light Bar, LED Brake Light (Upgrade to , I Fiberglass IOORCC Commercial Topper Painted to Match $387) I (Upgrade to Double Swing Barn Doors wi vertical glass on Rear I I in lieu of std lift up door $379 **aluminum tops only**) 3 I Cab shield headache rack (protects back of cab) Add $300 for beacon plates left and right. 2 I I Pipe rack w/expanded metal basket over cab (for I pickup bed) '1 (1200ATR -Weather Guard aluminum material rack with cross members $1479 **does not include expanded metal basket over cab"') 3 I Pipe rack w/expended metal basket over cab (for 1 utility body) Bid Award Announcement (15-23·0904) Alan Jay Ford * Central $21,756.00 1 $1,696.00 1 $1,896.00 $44.00 1 NA $199.00 1 Std NA 1 $7,996.00 $696.00 1 1 $1,896.00 I I I NAI I Don Reid Ford * Southern $21,850.00 2 $1,495.00 $ 21 1,695.00 I I $44.00 2 Std I $225.00 2 Std i NAI $8,545.002 I I I $595.00 2 ! I $1,796.002 I i I I NAI I I I 3 $1,495.00 $1,495.00 I $1,695.003 $1,895.00 i I I $44.00 3 $44.00 4 $169.00 3 $200.00 Std I Std! NA NA 3 $3,279.00 I $3,995.00 I $497.00 3 $1,295.00 3 $1,790.00 $1,695.00 NA NA 936 VEHICLE: DEALER: ZONE: BASE PRICE: SLRS 1 SLR 2 SSMLR 3 153 1 153 2 153 3 153 4 85H 1 85H 2 85H 3 85H 4 BAD 1 BUA 2 BUA 3 76C I 76C 2 76C 3 76C 4 BUC I BUC 2 BUC 3 BUC 4 WIC.157 2 FUEL TOOL 3 DLR 4 F-150 (WIC) Hub City Ford * Western $21,738.00 Duval Ford *Northern $21,647.00 I Single ladder rack side mounted (specify street or II curbside) Single Side Mtd Ladder Rack 3 Front license bracket I B",kup aIann, factory in",llod I Backup alarm, dealer installed Whelen, Ecco included in Long wheel base optional model upgrade. 2 Dealer installed back up alarm. 3 Backup camera with 3.5" LCD (rear mounted camera to provide wide angle field of vision at rear ! of vehicle) -factory installed I REQ POWER WINDOW & DOOR LOCK 1 I FOR Pro Trailer Backup Assist (47E):req. Rear View Camera (76C), 85A Power Equipment Group and 53B Class IV Trailer Hitch, 53A Trailer Tow Package or 53C Max Trailer Tow Package.) Add $394 • Provides added driver convenience and awareness when backing a hitched conventional trailer by allowing the driver to "steer the trailer" instead of steering the truck· Activated and operated by the control knob located on the instrument panel below the 4x4 rotary control switch (if equipped). • Works in conjunction with EP AS,rearview camera and center stack screens' Includes a tailgate LED to aid in nighttime trailer hook-up· Store and recall up to 10 different conventional trailers' System is limited to 5mph and is over ridden when the driver turns the steering wheel' Available with any of the Trailer Tow Packag&.; Requires 85A (Not avilable with orders that require removal of tailgate) 3 . Backup camera with 3.5" LCD (rear mounted camera to provide wide angle field of vision at rear of vehicle) -dealer installed I Optional equipment -specify F150 Model upgrade including long 157 inch wheelbase and 6.5 ft pick up bed. Deletes 5.5 ft bed. Required with HD payload I upgrade. Includes Ecco Bua. 2 I Fuel & Tool Box Combo includes: L Shape Fuel Tank, Tool Box, . Electric transfer pump, Hose, Nozzle, andflow meter -(ADD I SAFE-T -Fire Extinguisher, First Aid Kit, Road Triangles $299) ' 3 I AMBER LED LIGHT BAR 4 Bid Award Announcement (15-23·0904) Alan Jay Ford * Central Don Reid Ford * Southern $21,756.00 $21,850.00 1 I 21 $1,396.00 I $1,196.00 I I 3 . I $738.00 I $1,495.00 I ! , Nc3 1 NC4 $99.00 1 $124.00 2 $124.00 3 $124.00 4 " I I $179.00 1 $150.00 2 $179.00 3 $100.00 $249.00 1 $249.00 2 $249.00 3 1$1,219.004 I I , I I I I I NAI $695.00 2 $679.00 3 $795.00 4 I NAI $585.00 2 $1,887.00 3 $1,795.00 4 I i I I I 1 I 937 VEHICLE: DEALER: ZONE: BASE PRICE: LG12 2 RSL 3 DLR 4 LTS2 JOTT0 3 DLR 4 RP02 ALB-TA 3 DLR 4 RFC 2 3BLS 3 LRPHI LABOR 2 LABOR 3 DLR 4 lEMPTAG I TEMP 2 lEMP 3 DLR 4 lERI TX 2 TRANS 3 DLR 4 F-150 (WIC) Hub City Ford *Western $21,738.00 Duval Ford *Northern $21,647.00 Optional equipment -specify Thieman l200 Lifigate Series 2 Roadside lighting package Incudes: Four corner hide away LED kit, 8 LED traffic advisor mounted in rear window glass, (AMBER/CLEAR) Grille lights, wired to factory upfitter switches or six switch controller. 3 BEACON 4 Optional equipment -specify Havis laptop stand universal. For inverter add $400 2 JottfJ Computer Mount Stand (Add $299 for 70()w inverter w (2) 11 Ov outlets) 3 RAM LAP TOP STAND 4 Optional equipment -specify Any factory option not listed within specification is eligible for the discount amount indicated as a credit per item off the manufacturer's current MSRP schedule per fleetford.com 2 Amber LED Light Bar with Front Takedowns, Side Alley lights, and Rear Arrow Stick Traffic Advisor. (Add Go Light with Dash Mounted Remote for $628) 3 SIDE TOO BOX 4 Optional equipment -specify Regionalfreight charge per vehicle for alternative zone purchasing per section 3.54 paragraphA, item lb. Per terms and specifications l. l4, pre-delivery service inspection and all delivery requirements, plus additionalfleet simple key included. Not applicable when agency is domiciled in same zone as the base award. 4mount is calculated via statistical algorithm utilizing trending market sales data and median variable freight costs within certain statistical mileage data points within the state of Florida. Any dollar volume credit to this unit cost, where applicable, is derived per section 3.55 2 3rd Brake Light Safety Pulse (Pulses 3rd Brake Light (4) times upon application of brake pedal to increase driver awareness behind you when stopping) 3 Labor rate per hour Labor rate per hour. Refer to Emergency lighting price submission for schedule. See dealer quote for itemization. Includes professional EVT certified installation, wire loom, connectors, prep kit and consultation 2 . (Labor Rates Based on Single Vehicle Build) 3 Tempomry tag Transfer existing registration (must provide tag number) Per Florida Statute 320.08, A dealer can only charge the purchaser the actual fees authorized by statute for title and registration transfers. These will be the fees charged by the county tax collector's office for transferring title and registrations. Overcharging of these fees without refunding the overcharge is unlawful and could result in disciplinary action against the dealer's license. The dealer is responsible for refunding the overcharged amount to the purchaser. Private tag af(encyfees cannot be included in the catef(ory of title and Bid Award Announcement (15-23-0904) Alan Jay Ford * Central $21,756.00 NAI I I NA NA $89.00 1 $36.00 1 I I I I $100.00 1 I Don Reid Ford * Southern $21,850.00 $2,700.002 1 3 $1,729.00 I $395.002 1 ($1.00)2 $485.00 3 3 $1,995.00 $395.002 1 $229.00 3 i I $145.00 2 $6.00 2 $85.00 2 I i I I I $105.00 3 1 $45.25 3 $168.85 3 $495.00 4 $695.00 4 $495.00 4 $85.00 4 938 VEHICLE: DEALER: ZONE: BASE PRICE: NST 1 TAG 2 TAG 3 DLR 4 MPP575 2 BMP345 3 MPP675 2 BMP575 3 MPP610 2 BMP6100 3 6/100 1 CB575 2 EC575 3 ESP 4 61100 1 CE575 2 PC575 3 ESP 4 F-150 (WIC) Hub City Ford Duval Ford * Western *Northern $21,738.00 $21,647.00 registrationfees: DHSMV Procedure TL-10. [TL-1 0:http://www3.jlhsmv.gov/DMV/ProcITUTL-10.PDFJ 2 Includes temp tag & two way overnight shipping for signature. 3 New state tag (specify state, county, city, sheriff, etc.) Per Florida Statute 320.08, A dealer can only charge the purchaser the actual fees authorized by statute for title and registration transfers. These will be the fees charged by the county tax collector's office for transfomng title and registrations. Overcharging of these fees without refonding the overcharge is unlawful alld could result in disciplinary action against the dealer's license. The dealer is responsible for refonding the overcharged amount to the purchaser. Private tag agency fees cannot be included in the category of title and registrationfoes: DHSMV Procedure TL-IO. [TL"10:http://www3.jlhsmv.govIDMV/ProcITUTL-10.PDFJ 2 Includes temp tag & two way overnight shipping for signature. 3 Maintenance Plan -specify 5 Year 75,000 mile Premium Maintenance Plan. 15 service visits at 5000 mile intervals for vehicles with Gas Engine, zero deductible. 2 3 yr 45, 000 mile(5000 mile interval, includes a total of (9) visits) gas engine Maintenance Plan. 3 Maintenance Plan -specify 1 6 Year 75,000 mile Premium Maintenance Plan. 15 service visits at 5000 mile intervalsfor vehicles with Gas Engine, zero • deductible. 2 5 y;. 75,000 mile(5000 mile interval, includes a totalof(15) visits) gas engine Maintenance Plan. 3 , Maintenance Plan -specify 6 Year 100,000 mile Premium Maintenance Plan. 20 service visits at 5000 mile intervals for vehicles with Gas Engine, zero deductible. 2 6 yr 100,000 mile(5000 mile interval, includes a total of(20) visits) gas engine Maintenance Plan. 3 Warranty -specify POWERTRAIN CARE WITH (0) DEDUCTIBLES 1 5 Yr 75,000 mile zero deductible BASECare plan. 5 Yr 100,000 mile zero deductible use $2000. Complete pricing schedule available upon request. Prices quoted per FordMoCo Florida Retail ESP April 2015 Pricing Guide. For Emergency Application Add $605 surcharge 2 . Extra Care 5 yr 75k mile ($0 Ded) Extended Warranty 3 POWERTRAIN CARE 6/100 0 DED 4 Warranty -specify BASE CARE WITH (0) DEDUCTIBLES 1 5 Yr 75,000 mile zero deductible EXTRACare plan. 5 Yr 100,000 mile zero deductible use $2425. Complete pricing schedule available upon request. Prices quoted per FordMoCo Florida Retail ESP April 2015 Pricing Guide. For Emergency Application Add $555 surcharge 2 Premium Care 5 yr 75k mile ($0 Ded) Extended Warranty 3 BASE CARE 6/100 0 DED 4 Bid Award Announcement (lS-23-0904) Alan Jay Ford * Central $21,756.00 $165.00 1 NA NA NA $1,740.00 1 I 1 I $2,130.00 i Don Reid Ford * Southern $21,850.00 $130.00 2 $220.9531 $250.00 4 2 $1,860.00 21 $1,905.00 I 2 $2,400.00 ! $1,475.002 , I I I ! $1,710.002 1 I I I I I I I ! , I $580.00 3 3 $910.00 I 3 $1,140.00 $1,710.00 3 $2,400.00 3 i 41 $1,740.00 I ! I I 41 $2,130.00 I I i I I i I I i 939 VEHICLE: DEALER: ZONE: BASE PRICE: 6/100 1 CP575 2 PC6100 3 ESP 4 F-150 (W1C) Hub City Ford *Western $21,738.00 Duval Ford *Northern $21,647.00 I Warranty -specify EXTRA CARE W1TH(00 DEDUCT1BLES 1 5 Yr 75,000 mile zero deductible PREMIUMCare plan. 5 Yr 100,000 mile zero deductible use $3330. Complete pricing schedule available upon request. Prices quoted per FordMoCo Florida Retail ESP April 201 5 Pricing Guide. For Emergency Application Add $505 surcharge 2 I Premium Care 6 yr lOOk mile ($0 Ded) Extended Warranty 3 EXTRA CARE 61100 ODED 4 Bid Award Announcement (lS-23-0904) Alan Jay Ford * Central $21,756.00 Don Reid Ford * Southern $21,850.00 $2,585.00 $2,400.00 $3,430.00 $2,585.00 1 21 3 4 940