_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