6THE CITY OF PLEASANT LIVING
To:
FROM:
DATE:
SUBJECT:
BACKGROUND:
Amount:
Account:
ATTACHMENTS:
CITY OF SOUTH MIAMI
OFFICE OF THE CITY MANAGER
INTER-OFFICE MEMORANDUM
The Honorable Mayor & Members ofthe City Commission
Steven Alexander, City Manager
Agenda Item No.: to December 20, 2016
A Resolution authorizing the City Manager one (1) Ford Sedan Interceptor
Police Pursuit vehicle from Hub City Ford, via a piggyback procurement
from the Florida Sheriffs Association Bid No 16-VRL24.0, as approved in
the 2016-2017 Budget for a total amount not to exceed $28,000.
Due to the excessive mileage of a number of vehicles in the police fleet,
and in an effort to maintain a fleet of safe and serviceable vehicles for the
police department, the purchase of an additional vehicle is needed. The
City will piggyback this procurement from the Florida Sheriffs Association
Bid No 16-VRL24.0 and purchase the vehicle from Duval Ford and Hub
City Ford who were awarded the bid for the southern district of Florida
for Ford Utility Interceptor Police Pursuit Vehicles and the Ford Sedan
Interceptor Police Pursuit Vehicle respectfully. This particular resolution
is solely for the purchase of the one (1) police interceptor sedan from
Hub City Ford.
In addition to the optional equipment, each vehicle is equipped with an
additional 6-year, 100,000 mile warranty.
The Sheriffs Award Bid for Sedans and Utility vehicles was awarded to
different dealers for the southern district of Florida.
Not to exceed $28,000
$27,303 for the vehicle from account number 301-1910-521-6440,
Capital Improvement (Vehicles and Equipment), current balance
$332,000; $165 for a new tag 001-1910-521-3450, Contractual Services
current balance $96,006.
Resolution
Hub City Quotation for sedan vehicle
Piggyback Agreement; Florida Sheriff Association Bid #16-VEL24.0
Specification #4 and #6, Florida Sheriffs Association Bid
Hub City Ford Sun Biz Report
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
RESOLUTION NO. _______ _
A Resolution authorizing the City Manager to purchase one (I) new police
interceptor sedan from Hub City Ford.
WHEREAS, the Mayor and City Commission wish to purchase one (I) new Ford Sedan Interceptor
Police Pursuit vehicle with warranty for the Police Department, and,
WHEREAS, due to the excessive mileage of a number of vehicles in the police fleet, and in an effort
to maintain a fleet of safe and serviceable vehicles for the police department, the purchase of one new vehicle
is needed; and,
WHEREAS, Hub City Ford was awarded the bid for the Florida Sheriffs Association Southern
District Sedan Interceptor Police Pursuit Vehicle; and,
WHEREAS, the cost of the one police interceptor sedan will be $27,468; $27,303 for the purchase
of the vehicle will be charged to account 301-1910-521-6440, Capital Improvement (Vehicles and Equipment),
current balance $332,000.00; $165.pO for a new tag to be charged to account number 001-1910-521-3450
current balance $96,006, Contractual Services.
NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION
OF THE CITY OF SOUTH MIAMI, FLORIDA:
Section I: The City Manager is authorized to purchase one (I) Ford Sedan Interceptor Police Vehicle
from Hub City Ford, through a piggyback agreement from the Florida Sheriffs Association Bid No 16-VEL24.0
as approved in the 2016-2017 budget.
Section 2. Severability: If any section, clause, sentence, or phrase of this resolution is for any
reason held invalid or unconstitutional by a court of competent jurisdiction, this holding shall not affect the
validity of the remaining portions of this resolution.
Section 3: This resolution shall take effect immediately upon approval.
PASSED AND APPROVED this __ day of ______ , 2016.
ATTEST: APPROVED:
CITY CLERK
READ AND APPROVED AS TO FORM,
LANGUAGE, LEGALITY AND
EXECUTION THEREOF
CITY ATTORNEY
MAYOR
COMMISSION VOTE:
Mayor Stoddard:
Vice Mayor Welsh:
Commissioner Liebman:
Commissioner Edmond:
Commissioner Harris:
Fleet Department
windrow 1 @windrowfleetsales.com
12/8/2016
STEVEN KULICK
Phone: (800) 972-3673
Office: (850) 398-6810
Cell: (850) 393-4723
Fax: (850) 398-6827
CITY OF SOUTH MIAMI
3025-663-6339 CONTRACT # FSA16-VEL-24
305-663-6346
SKULlCK@SOUTHMIAMIFL.GOV
Exterior Vehicle Color Emergency Lighti
Color
Color
Driver side Passenger side
Interior Vehicle Color
Lights
Lenses
We Appreciate your interest in the 2017/2018Florida Sherifrs Association of counties purchasing contract.
Listed below are items we discussed. .
1-==-______ -t2017 FORD INTERCEPTOR POLICE AWD (P2M) SPEC #04
J.;,7.;.7~B ______ --IREAR VIEW (DISPLAYED IN THE 4" CENTER STACK
12P INTERIOR UPGRADE PKG r.:2~1=F--------tDRIVER SIDE SPOT LlGHT(LED)
J.::1",,3~P ______ --tFT HEADLAMP HOUSING ONLY
76R REVERSE SENSING
r.:6~0'::;:P--------tKEYLESS ENTRY FOB
1-;5:-;-:3M=-_____ --tSYNC (BLUETOOTH)
I-::N~S;"T';""""'~ __ ~_--INEW CITY TAG
~6.;.../1;....0_0.:..;'O.;...0..;..0 ____ --t6I100,000 EXTRA CARE WARRANTY WITH (0) DED
DROP DHIP CODE #88JM17
All vehicles will be ordered WHITE unless agency chooses a different color.
Please return quote along with purchase order.
4060 South Ferdon Blvd., Crestview, FL 32536
Price
$23,239.00
INC
$379.00
$149.00
$119.00
$19.00
$254.00
$294.00
$165.00
$2,850.00
$27,468.00
CONTRACT FOR POLICE RATED, ADMINISTRATIVE, UTILITY VEHICLES,
TRUCKS & VANS
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 Hub City Ford-Mercury, Inc., (hereinafter
referred to as "Contractor").
WITNESSETH:
WHEREAS, the "Florida Sheriffs Association" solicited bids, pursuant to FSA16-
VEL24.0, 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 Bid Award Announcement No. FSA16-VEL24.0 .
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 to, Bid Award Announcement
No. FSA16-VEL24.0 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" Bid Award
Announcement No. FSA16-VEL24.0, 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 Bid Award Announcement No. FSA16-VEL24.0 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 of5
4. Scope of Goods and Services. The scope of goods and services are set forth
in the attached Attachment A.
5. Contract Price. The contract price for the good and services is set forth in
the attached Attachment B. 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 and shall: (a) Keep and maintain public records required by
the public agency to perform the service; (b) Upon request from the public agency's custodian of
public records, provide the public agency with a copy of the requested records or allow the
records to be inspected or copied within a reasonable time at a cost that does not exceed the cost
provided in this chapter or as otherwise provided by law; (c) Ensure that public records that are
exempt or confidential and exempt from public records disclosure requirements are not disclosed.
except as authorized by law for the duration of the Contract term and following completion of the
Contract if CONTRACTOR does not transfer the records to the public agency; and (d) Upon
completion of the Contract, transfer, at no cost, to the public agency all public records in
possession of CONTRACTOR or keep and maintain public records required by the public agency
to perform the service. If CONTRACTOR transfers all public records to the public agency upon
completion of the Contract, CONTRACTOR shall destroy any duplicate public records that are
exempt or confidential and exempt from public records disclosure requirements. If
CONTRACTOR keeps and maintains public records upon completion of the Contract,
CONTRACTOR shall meet all applicable requirements for retaining public records. All records
stored electronically must be provided to the public agency, upon request from the public
agency's custodian of public records, in a format that is compatible with the information
technology systems of the public agency.
IF CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION
OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S
DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS
CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT
305-663-6340; E-mail: mmenendez@southmiamifl.gov; 6130 Sunset Drive,
South Miami, FL .33143.
7. 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
Thomas F. Pepe -01-11-16
Page 2 of5
2
Contract Documents or the performance of the Work thereunder.
8. Validity of Executed Copies: This agreement may be executed in several
counterparts, each of which may be construed as an original.
9. 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.
10. 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 unenforceable, 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.
Hub City Ford-Mercury, 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 of5
3
ATTACHMENT A
CONTRACT FOR POLICE RATED, ADMINISTRATIVE, UTILITY VEHICLES,
TRUCKS & VANS
FLORIDA SHERIFFS BID AWARD ANNOUNCEMENT
No. FSA16-VEL24.0
CONTRACT TERMS AND CONDITIONS
Thomas F. Pepe -01-11-16
Page 40f5
4
BID AWARD
ANNOUNCEMENT
FSA16-VEL24.0
Effective Dates:
October 1, 2016 -September 30, 2017
POLICE RATED, ADMINISTRATIVE, UTILITY
VEHICLES, TRUCKS & VANS
Cooperative Bid Program
Coordinated By
The
Florida Sheriffs Association
&
Florida Association of Counties
5
/'"~ F~--FLORIDA
ASSOCIATION OF
COUNTIES
All About Florida
DATE:
TO:
FROM:
Protecting, Leading & Uniting .•. since 1893
FLORIDA SHERIFFS ASSOCIATION
2617 Mahan Drive, Tallahassee, Florida 32308
P.O. Box 12519. Tallahassee, Florida 32317-2519
October 1,2016
ALL PROSPECTIVE PARTICIPANTS
Steve Casey,
Executive Director
Peggy Goff,
Deputy Executive
Director
Drew Terpak,
Business Operations
Manager
p: (850) 877-2165
f: (850) 878-8665
www.f/sheriffs.org II 13
Annette Grissom,
Cooperative Bid
Coordinator
RE: Bid Number: FSA16-VEL24.0 Police Rated, Administrative, Utiity Vehicles, Trucks & Vans
We are pleased to announce that the Florida Sheriffs Association and the Florida Association of
Counties has successfully conducted its 24th statewide competitive bid for vehicles which includes
police rated, administrative, motorcycles, utility vehicles, trucks & vans. This contract is effective
beginning October 1, 2016 through September 30, 2017, as long as vehicles are available through
fleet sales.
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.
All agencies are bound by their local governing purchasing ordinances, rules and regulations and
shall apply to purchases made under this contract. All awarded Vendors/Dealers are governed by
their manufacturer's agreement.
Out of State Sales are permitted under this contract however, again ALL agencies are bound by their
local governing purchasing ordinances, rules and regulations and shall apply to purchases made
under this contract. All contractor/dealers are governed by their manufacturer's agreement. All
contractor / dealers referencing this contract for the purpose of facilitating sales (purchase authority)
outside the State of Florida must accept the terms and conditions of this contract.
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 atfleet@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
ICONTRACT ORDERING INSTRUCTIONS I
All interested parties who wish to purchase from this contract may do so by
following these simple procedures:
1. Contact the awarded dealership listed in the zone froni which you wish to purchase and advise
them of your interest to purchase from Bid No. FSA16-VEL24.0. They will assist you with
the placement of your order and answer any questions you may have regarding the
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, Chysler, 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 FSACode Fleet Center Contact Numbers
Ford FIN Code QE065 1-800-34-FLEET ( 1-800-343-5338)
General Motors FAN Code 917872 1-800-FLEET OP ( 1-800-353-3867)
Chrysler FAN Code 48830 1-800-999-FLEET ( 1-800-999-3533)
Toyota FIN Code GE159 1-800-732-2798
2. 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.
The purchase order should include FSA's Contract Number FSA16-VEL24.0 as well as the
specification number, make and model of each item purchased. Please attach the dealer quote
when available.
3. Purchasers must send a copy of the original purchase order sent to the participating dealer
in pdf format to: COOP@flsheriffs.org.
Bid Award Announcement FSA16-VEL24. 0 7
4. Dealers have already included a three-quarter of one percent (.0075) administrative fee in their
base pricing and all add options that are listed. Dealers' quotes to purchasers should not include
the FSA administrative fee indicated as a separate line item on any purchase order.
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, in writing, 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 zone. Superscripts will be numbered
between 1 and 4, and will correspond as follows:
1 = Western zone dealer 2 = Northern zone dealer
3 = Central zone dealer 4 = Southern zone dealer
If a dealer has been awarded more than one zone, they will only have one superscript number
assigned, and it will be the lowest numeric 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.
Bid Award Announcement FSA16-VEL24.0 8
FSA CONTRACT ZONE MAP
WESTERN
WESTERN
BAY
CALHOUN
DIXIE
ESCAMBIA
FRANKLIN
GADSDEN
GULF
HOLMES
JACKSON
JEFFERSON
LAFAYETTE
LEON
LIBERTY
MADISON
OKALOOSA
SANTA ROSA
TAYLOR
WALTON
WAKULLA
WASHINGTON
CENTRAL
BREVARD
CITRUS
DESOTO
HARDEE
HERNANDO
HIGHLANDS
HILLSBOROUGH
INDIAN RIVER
LAKE
MANATEE
OKEECHOBEE
ORANGE
OSCEOLA
PASCO
PINELLAS
POLK
ST. LUCIE
SARASOTA
SEMINOLE
SUMTER
NORTHERN
ALACHUA
BAKER
BRADFORD
CLAY
COLUMBIA
DUVAL
FLAGLER
GILCHRIST
HAMILTON
LEVY
MARION
NASSAU
PUTNAM
ST. JOHNS
SUWANEE
UNION
VOLUSIA
SOUTHERN
BROWARD
CHARLOTTE
COLLIER
GLADES
HENDRY
LEE
MARTIN
MIAMI-DADE
MONROE
PALM BEACH
CENTRAL
9
NORTHERN
1.0 GENERAL CONDITIONS
INDEX
1.00 Bid Correspondence 1.28 Assignment
1.01 Purpose 1.29 Method of Award
1.02 Term of Contract 1.30 Authority to Resolve Protested Bids and
Proposed Awards
1.03 Estimated Quantities 1.31 Demonstration of Competency
1.04 Sheriff as County Constitutional Officer 1.32 Vendor Ability to Perform
1.05 Cooperative Purchasing 1.33 Quality
1.06 Funding 1.34 Non-Conformance to Contract Conditions
1.07 Currency Rev 2/16 1.35 Waiver of Informalities
1.08 General Definitions 1.36 Gratuities
1.09 Eligible Customers of Contract 1.37 Tie Bids
1.10 Legal Requirements 1.38 Right to Audit
1.11 Patents and Royalties 1.39 Financial Responsibility
1.12 Federal and State Standards 1.40 Laws, Permits and Regulations
1.13 Underwriter's Laboratories 1.41 Liability, Insurance, Licenses and Permits
1.14 American with Disabilities Act 1.42 Bid Bonds, Performance Bonds,
Certificates of Insurance
1.15 Reasonable Accommodations 1.43 Elimination from Consideration
1.16 Minority Business Enterprise (MBE) 1.44 Collusion
1.17 Anti-discrimination 1.45 Default
1.18 Best Commercial Practices 1.46 Disputes
1.19 Public Entity Crimes (PEC) 1.47 Protest and Arbitration
1.20 Tax Exemption 1.48 Non Performance
1.21 Taxes 1.49 Cancellation
1.22 Special Conditions 1.50 Severability
1.23 Bid Clarification 1.51 Termination for Default
1.24 Communication 1.52 Termination for Convenience of FSA
1.25 Interpretations 1.53 Intellectual Property Rev 2/16
1.26 Clarification and Addenda to Bid
Specifications
1.27 Signed Bid Considered and Offer
II
1.0 GENERAL CONDITIONS
1.00 BID CORRESPONDENCE
All correspondence regarding this bid should be directed to the Florida Sheriffs Association using the information shown
above. Please be sure to reference the bid number and your contact information.
The contact person(s) for this bid is
Annette Grissom, FSA Cooperative Bid Coordinator
E-mail: agrissom@flsheriffs.org
Phone: 850-877-2165 ext. 231
Fax: 850-878-5115
Andrew Terpak, Business Operation Manager
E-mail: dterpak@flsheriffs.org
Phone: 850-877-2165 ext. 227
Fax: 850-878-5115
All written (hard) copy communication or document submittals for this Invitation to Bid should be directed to:
Florida Sheriffs Association
Attn: Cooperative Bid Coordinator
2617 Mahan Drive
Tallahassee, FL 32308
850-877-2165
The Bid number should be referenced on the outside of the box as well as the contents.
12
1.01 PURPOSE
The Florida Sheriffs Association and the Florida Association of Counties invite interested vendors, including Motor Vehicle
Manufacturers and Dealers/Certified Representatives to submit responses in accordance with these solicitation documents.
The Florida Sheriffs Association will serve as the "Contract Administrator" in the solicitation process and the administration
of the resulting contract. The purpose of this bid is to establish a twelve (12) month contract, beginning October 1st and
ending September 30th , annually with manufacturer's authorized dealers for the purchase of vehicles and equipment on a
"no trade-in basis".
Trade-ins are not addressed in this contract. If an agency has a desire to offer vehicles/equipment for trade to the dealer,
the agency and dealer may do so at their sole discretion, separate and apart from this contract.
1.02 TERM OF CONTRACT
This contract shall remain in effect for one (1) year from date of contract execution by the FSA Cooperative Purchasing
Program Administrator, and may be renewed by mutual agreement, at the sole option and discretion of the FSA, for up to
two (2) additional years, on a year to year basis.
Contract extensions will only be executed when conditions indicate it is in the best interest of the FSA and the customers.
In the event that the contract is held beyond the term herein provided it shall only be from a month-to-month basis only
and shall not constitute an implied renewal of the contract. Said month to month extension shall be upon the same terms
of the contract and at the compensation and payment provided herein.
1.03 ESTIMATED QUANTITIES (Vehicles and Equipment)
In FY 2015-16 eligible users purchased approximately 8,500 rolling inventory from the vehicle and equipment bid awards.
These estimated figures are given only as a guideline for preparing your bid and should not be construed as representing
projected figures.
Estimated quantities or estimated dollars, if provided, are for FSA guidance only. No guarantee is expressed or implied as to
quantities or dollars that will be used during the contract period. The FSA is not obligated to place any order for a given
amount subsequent to the award of this bid solicitation.
1.04 SHERIFF AS COUNTY CONSTITUTIONAL OFFICER
The Offices of the Sheriff of the State of Florida are constitutional offices of the State of Florida. Each has the authority
either individually or collectively to execute contracts for all goods and services for the proper conduct of that office.
Section 30.53, Florida Statutes, exempts the Sheriff's Offices from the provisions of the Florida Statute requiring among
other things, sealed and competitive bids procedures.
It is our practice to give consideration to the prices offered, but the Office of the Sheriff is not required by law to accept the
lowest priced proposal and may reject any or all of the proposals without recourse. Nothing in this proposal in any way
obligates the participating Sheriff's Offices for any payment for any activity or costs incurred by any vendor in responding to
this proposal.
13
1.05 COOPERATIVE PURCHASING
Pursuant to their own governing laws, and subject to the agreement of the Vendor, other entities may be permitted to
make purchases at the terms and conditions contained in General Conditions Section 1.09 Eligible Customers of Contract.
Non-Customer purchases are independent of the agreement between Customer and Vendor, and Customer shall not be a
party to any transaction between the Vendor and any other purchaser.
1.06 FUNDING
Funds expended for the purposes of the contract must be appropriated by the individual participating agency for each fiscal
year included within the contract period. Therefore, the contract shall automatically terminate without penalty or
termination of costs if such funds are not appropriated.
1.07 CURRENCY Rev2/16
All transaction amounts, bids, quotes, provisions, payments or any part of this contract relating to currency are to be made
in United States Dollar.
1.08 GENERAL DEFINITIONS
The following terms are defined as the following
(a) "FSA Cooperative Purchasing Program Administrator" means the Florida Sheriffs Association in its role in
administering the solicitation and contract administration process for the Florida Sheriffs Association and the
Florida Association of Counties or their designee. '
(b) "Fleet Advisory Committee (FAC)" means an employee of Sheriffs Offices and other local governmental agencies in
the State of Florida and/or any other person who FSA identifies as subject matter expert who will assist with the
development of bid specifications and evaluation of bid responses.
(c) "Vendor" means the bidder that has been awarded and agrees to provide products, vehicles, trucks, or equipment,
which meet the requirements, specifications, terms and conditions of theagreement contract, to eligible
customers, as defined herein.
(d) "Customer" means an eligible customer as defined in General Conditions Section 1.09 Eligible Customers of
Contract.
(e) "Bid" shall mean a competitive bid procedure established through the issuance of an invitation to bid. The term
"bid" as used herein, shall not include request for proposals, request for qualifications, request for letters of
interest, or the solicitation of purchase orders based on oral or written quotations.
(f) "Bidder" means a person or enterprise that submits a formal offer to the FSA Cooperative Purchasing Program
Administrator in accordance with these Contract Terms and Conditions.
(g) "Dealer(s)" A manufacture's certified representative authorized by the manufacturer to market, sell, provide, and
service the vehicles/equipment included in the FSA Cooperative Purchasing Program. Dealers may be Vendor
owned and controlled, in whole or in part or independently owned and controlled.
(h) "Manufacturer" The original producer or provider of Vehicles/Equipment responsive to this Bid.
14
(i) "Factory" refers to the manufacturer; the assembly line.
(j) "Dealer Option" a product or service provided by the dealer or other third party; not the factory.
(k) "Non-Scheduled Options" Any optional new or unused component not specified, feature or configuration not
included in the base representative vehicle model specifications or options.
(I) "Up fitter" An individual or business who installs non-factory options on a vehicle or equipment; not the factory.
(m) "Sub-Vendor or 3rd party" Refers to an individual or business firm contracting to perform part or another's entire
contract.
(n) "MSRP(s)" an acronym for Manufacturer's Suggested Retail Price, which represents the Manufacturer's
recommended retail selling price, list price, published price, or other usual and customary price that would be paid
by the purchaser. The following are acceptable sources of current MSRPs and MSRP Lists for use in submission of
the bid solicitation and the resulting contract:
1. Manufacturer's Computer Printouts; Ford -"Dora"; General Motors -"GM Autobook"; or approved
equivalent)
2. Chrome Systems, Inc.'s PC Carbook (e.g., PC Carbook Plus and PC Carbook Fleet Edition)
3. Manufacturer's Annual U.s. Price Book
4. Manufacturer's official website
5. Edmunds (No subscription req'd)
Note: Some of above resources above require a paid subscription.
(0) "Recognized MSRP" recognized MSRP occurs when an FSA requested option does not exist to the base vehicle
model as a free flow option contained in the manufacturer's order guide. This MSRP is generated by the creation
of a new model that includes the requested FSA option content.
(p) "Published Pricing" the published price th~t a company will sell a commodity for, when the commodity is not
traded on an official exchange.
(q) "Balance Out" a term used by manufacturers to notify dealers the factory has reached maximum capacity for
orders. Vehicle manufacturer's use this term when referring to any given model year for production.
1.09 ELIGIBLE CUSTOMERS OF CONTRACT
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.
All agencies are bound by their local governing purchasing ordinances, rules and regulations and shall apply to purchases
made under this contract. All awarded Vendors/Dealers are governed by their manufacturer's agreement. Reference
Funding Section 1.06
The State of Florida, Department of Management Services, Division of State Purchasing administers statewide contracts and
agreements for use by ~Iorida State agencies, local governments, educational institutions, and other entities as defined in
60A-1.00s, Florida Administrative Code.
15
Out of State Sales are permitted under this contract however, again ALL agencies are bound by their local governing
purchasing ordinances, rules and regulations and shall apply to purchases made under this contract. All contractor/dealers
are governed by their manufacturer's agreement. All contractor/dealers referencing this contract for the purpose of
facilitating sales (purchase authority) outside the State of Florida must accept the terms and conditions of this contract.
GOA-l.OOS Eligible Users.
The following entities are eligible users:
(1) All governmental agencies, as defined in Section 163.3164, F.S., which have a physical presence within the State of Florida;
(2) Any independent, nonprofit college or university that is located within the State of Florida and is accredited by the Southern Association of Colleges and
Schools. Rulemaking Authority 287.042(12) FS. Law Implemented 287.012(12) FS. History-New 8-24-04
1.10 LEGAL REQUIREMENTS
Federal, State, county laws, ordinances, rules and regulations that in any manner affect the items covered herein apply.
Lack of knowledge by the bidder will in no way be a cause for relief from responsibility.
1.11 PATENTS & ROYALTIES
The bidder, without exception, shall indemnify and save harmless the FSA and its employees from liability of any nature or
kind, including cost and expenses for, or on account of, any copyrighted, patented, or unpatented invention, process, or
article manufactured or used in the performance of the contract, including its use by The FSA or Customer.
r
If the bidder uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and
agreed, without exception, that the bid prices shall include all royalties or cost arising from the use of such design, devic~,
or materials in any way involved in the work.
1.12 FEDERAL AND STATE STANDARDS
It is the intent of FSA that all specifications herein are in full and complete compliance with all federal and State of
Florida laws, requirements, and regulations applicable to the type and class of commodities and contractual services being
provided. This includes, but is not limited to, Federal Motor Vehicle Safety Standards (FMVSS), Occupational Safety and
Health Administration (OSHA), EPA Emission Standards, Fire Apparatus Vehicle Standards, Federal Ambulance Standards
(KKK-A-1822F), Federal Motor Vehicle Safety Standards (FMVSS), National Highway Traffic Safety Administration (NHTSA)
and State of Florida laws, requirements, and regulations that apply to the type and class of commodities and contractual
services being provided.
In addition, if any applicable federal or State legislation becomes effective during the term of the Contract, regarding the
Commodities and contractual services' specifications, safety, and environmental requirements shall immediately become a
part of the Contract. The Awarded Vendor/Dealer shall meet or exceed any such requirements of the laws and regulations.
If an apparent conflict exists, the Awarded Vendor/Dealer shall contact the Business Operation Manager immediately.
The bidder warrants that the product supplied to the FSA or Customer shall conform in all respects to the standards set
forth and the failure to comply with this condition will be considered as a breach of contract. Any fines levied because of
inadequacies to comply with these requirements shall be borne solely by the bidder responsible for same.
1.13 UNDERWRITERS' LABORATORIES
Unless otherwise stipulated in the bid, all manufactured items and fabricated assemblies shall be U.L. listed or re-
examination listing where such has been established by U.L. for the item(s) offered and furnished.
16
1.14 AMERICAN WITH DISABILITIES ACT
To request this material in accessible format, sign language interpreters, information on access for persons with disabilities,
and/or any accommodation to review any document or participate in any FSA sponsored proceeding, please contact FSA HR
Director at 850-877-2165 (voice), 850-878-8665 (fax) five days in advance to initiate your request. TTY users may also call
711 (Florida Relay Service).
1.15 REASONABLE ACCOMMODATION
In accordance with the Title II of the Americans with Disabilities Act, any person requiring an accommodation at the Bid
opening because of a disability must contact the FSA Human Resources at (850) 877-2165.
1.16 MINORITY BUSINESS ENTERPRISE (MBE)
The Florida Sheriffs Association Policy is that Minority Business Enterprises (MBE) shall have the opportunity to participate
in competitive bids. Such process would be for supplying goods and services to FSA and Customers.
1.17 ANTI-DISCRIMINATION
The bidder certifies that he/she is in compliance as applicable by State Law with the non-discrimination clause contained in
Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal employment opportunity for
all persons without regard to race, color, religion, sex or national origin.
1.18 BEST COMMERCIAL PRACTICES
The apparent silence of this specification and any supplemental specifications as to any details or the omission from it of a
detailed description concerning any point shall be regarded as meaning that only the best commercial practices, size, and
design are to be used.
All workmanship is to be first quality. All interpretations of this specification shall be upon the basis of this statement.
1.19 PUBLIC ENTITY CRIMES (PEe)
In accordance with the Public Entity Crimes Act (Section 287.133) a person or affiliate who has been placed on the
convicted vendor list maintained by the State of Florida Department of Management Services following a conviction for
public entity crimes may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a
bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids
on leases of real property to public entity, may not be awarded or perform work as a Vendor, supplier, Sub-Vendor, or
consultant under a contract with a public entity, and may not transact business with any public entity in excess of the
threshold amount provided in Sec. 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on
the convicted vendor list.
1.20 TAX EXEMPTION
All State and Federal tax exemptions applicable to the units of local government of the State of Florida will apply, and
appropriate certifications furnished. Customers shall comply with all federal, state and local tax requirements.
The Florida Sheriffs Association is a 501c3 Organization and exempt from all Federal Excise and State Taxes. State Sales Tax
and Use Certificate Number is 59-0708112.
17
1.21 TAXES
Customers making purchase pursuant to the awarded bid are generally exempt from Federal Excise and State Sales Tax.
It is the responsibility of the Vendor to verify that the Customer is exempt by obtaining the purchaser's Federal Excise and
State Taxes and Use Certificate Number.
1.22 SPECIAL CONDITIONS
Any and all Special Conditions that may vary from these General Conditions shall have precedence.
1.23 BID CLARIFICATION
Any questions or clarifications concerning this Invitation to Bid shall be submitted in writing by mail or facsimile to the
Florida Sheriffs Association, Cooperative Bid Coordinator 1st Floor, 2617 Mahan Drive, Tallahassee FL 32308 and a copy to
COOP@flsheriffs.org with the bid title/number shall be referenced on all correspondence. All questions must be received
no later than ten (10) calendar days prior to the scheduled bid opening date.
All responses to questions/clarifications will be sent to all prospective bidders in the form of an addendum. NO QUESTIONS
WILL BE RECEIVED VERBALLY OR AFTER SAID DEADLINE.
1.24 COMMUNICATIONS
Communications between a proposer, bidder, lobbyist or consultant and FSA is limited to matters of process or procedure.
Requests for additional information or clarifications must be made in writing to the FSA Cooperative Bid Coordinator no
later than Ten (10) calendar days prior to the scheduled Bid opening date.
The FSA will issue replies to inquiries and any other corrections or amendments it deems necessary in written addenda
issued prior to the deadline for responding to the Bid.
Bidders should not rely on representations, statements, or explanations other than those made in this Bid or in any written
addendum to this Bid. Bidders should verify with the FSA Cooperative Bid Coordinatorprior to submitting a bid that all
addenda have been received. Reference Bidder Instructions Section 2.28, entitled "Cone of Silence" which sets forth the
policies and procedures relative to oral and written communications.
1.25 INTERPRETATIONS
Unless otherwise stated in the bid, any questions concerning conditions and specifications should be submitted in writing to
the FSA Cooperative Contract Bid Coordinator at 2617 Mahan Drive, Tallahassee, FL 32308 or bye-mail to:
COOP@flsheriffs.org
1.26 CLARIFICATION AND ADDENDA TO BID SPECIFICATIONS
If any person contemplating submitting a Bid under this Solicitation is in doubt as to the true meaning of the specifications
or other Bid documents or any part thereof, the Bidder must submit to the FSA Cooperative Bid Coordinator at least ten
(10) calendar days prior to scheduled Bid opening, a request for clarification. All such requests for clarification must be
made in writing and the person submitting the request will be responsible for its timely delivery.
18
Any interpretation of the Bid, if made, will be made only by Addendum duly issued by the FSA. The FSA shall issue an
Informational Addendum if clarification or minimal changes are required.
The FSA shall issue a Formal Addendum if substantial changes which impact the technical submission of Bids are required.
In the event of conflict with the original Contract Documents, Addendum shall govern all other Contract Documents to the
extent specified. Subsequent addendum shall govern over prior addendum only to the extent specified.
The Bidder shall be required to acknowledge receipt of the Formal Addendum by signing in the space provided on the Bid
Form. Failure to acknowledge Addendum shall deem its Bid non-responsive; provided, however, that the FSA may waive
this requirement in its best interest. The FSA will not be responsible for any other explanation or interpretation made
verbally or in writing by any other FSA representative.
1.27 SIGNED BID CONSIDERED AN OFFER
The signed bid shall be considered an offer on the part of the bidder or Vendor, which offer shall be deemed accepted upon
approval by the FSA and in case of default on the part of successful bidder or Vendor, after such acceptance, the FSA may
procure the items or services from other sources and hold the bidder or Vendor responsible for any excess cost occasioned
or incurred thereby.
1.28 ASSIGNMENT
The Vendor shall not assign, transfer, convey, sublet or otherwise dispose of this contract, including any or all of its right,
title or interest therein, or his or its power to execute such contract to any person, company or corporation without prior
written consent of the FSA.
1.29 METHOD OF AWARD
Award of this contract will be made to a primary bidder. FSA will also identify the second lowest and best bidder per
specification and zone to be utilized in the event the primary bidder is unable to fulfill their obligations.
The FSA reserves the right to make multiple awards if deemed in the best interest of the FSA. Reference Contract
Conditions Section 3.19, Basis for Award.
1.30 AUTHORITY TO RESOLVE PROTESTED BIDS AND PROPOSED AWARDS
(a) Right to protest. Any actual bidder, qualified proposer, or interested parties (hereinafter collectively referred to as the
Jlbidder) who has a substantial interest in, and is aggrieved in connection with the solicitation or proposed award of, a
request for proposals (JlRFp lJ
), request for qualifications (JlRFQIJ), request for letters of interest (JIRFLI) or invitation to bid for
goods and/or services (Jlherein after collectively referred to as the bidIJ) may protest to the FSA Cooperative Purchasing
Program Administrator.. Protest arising from the decisions and votes of any evaluation or selection committee shall be
limited to protest based upon deviation(s) from established purchasing procedures set forth by FSA policy and procedures
and specification, requirements and/or terms set forth in any bid.
(1) Any protest concerning the bid specifications, requirements, and/or terms must be made within three (3) business days
(for the purpose of this section Jlbusiness dayIJ means a day other than Saturday, Sunday or a national holiday), from
the time the facts become known and, in any case, at least two (2) business days prior to the opening of the bid. Such
protest must be made in writing to the FSA Cooperative Purchasing Program Administrator and such protest shall state
the particular grounds on which it is based and shall include all pertinent documents and evidence. No protest shall be
accepted unless it complies with the requirements of this section. Failure to timely protest bid specifications,
requirements and lor terms is a waiver of the ability to protest the specifications, requirements and/or terms.
19
(2) Any protest after the bid opening, including challenges to actions of any evaluation or selection committee as provided
in subsection (a) above shall be submitted in writing to the FSA Cooperative Purchasing Program Administrator. FSA
will allow such bid protest to be submitted anytime until two (2) business days following the release of the
Administrator's written recommendation to the FSA for award of the bid in question. Such protest shall state the
particular grounds on which it is based and shall include all pertinent grounds on which it is based, and shall include all
pertinent documents and evidence. No bid protest shall be accepted unless it complies with the requirements of this
section. All actual bidders shall be notified in writing (which may be transmitted by electronic communication, such as
facsimile transmission and/or e-mail), following the release of the Administrator's written recommendation to the FSA.
(b) Any bidder who is aggrieved in connection with the solicitation or proposed award of a purchase order based on an oral or
written quotation may protest to the FSA Cooperative Purchasing Program Administrator anytime during the procurement
process, up to the time of the award of the purchase order, but not after such time, Such protest shall be made in writing
and state the particular grounds on which it is based and shall include all pertinent documents and evidence. No bid
protest shall be accepted unless it complies with the requirements of this section.
(c) The FSA may request reasonable reimbursement for expenses incurred in processing any protest hereunder, which
expenses shall include, put not limited to staff time, legal fees and expenses (including expert witness fees), reproduction
of documents and other out of pocket expenses.
(d) Authority to resolve protest. The FSA Cooperative Purchasing Program Administrator shall have the authority to settle and
resolve a protest concerning the solicitation or award of the bid.
(e) Responsiveness. Prior to any decision being rendered under this section with respect to a bid protest, the FSA Cooperative
Purchasing Program Administrator and the FSA legal counsel, or their respective designees, shall certify whether the
submission of their bidder to the bid in question is responsive. The parties to the protest shall be bound by the
determination of the FSA Cooperative Purchasing Program Administrator and the FSA legal counsel with regard to the issue
of responsiveness.
(f) Decision and appeal procedures. If the bid protest is not resolved by mutual agreement, the FSA Cooperative Purchasing
Program Administrator and FSA Legal counsel, or their respective designees, shall promptly issue a decision in writing. The
decision shall specifically state the reasons for the action taken and inform the protestor of his or her right to challenge the
decision.
(g) Any person aggrieved by any action or decision of the FSA Cooperative Purchasing Program Administrator, FSA legal
counsel, or their respective designees, with regard to any decision rendered under this section may file an appeal.
Reference General Conditions Section 1.30(h).
(h) All appeals arising under or relating to this Agreement are to be settled by binding arbitration in the State of Florida.
Should the unsuccessful bidder(s) decide to appeal the decision of the FSA, they shall file a notice to FSA within 72 hours of
the FSA bid protest decision regarding their intent to request arbitration. A demand for arbitration with the American
Arbitration Association's (AAA) commercial panel under its rules and regulations must be made within 10 days of the FSA
bid protest decision.
Any person who files for arbitration with the AAA shall post with the Florida Sheriffs Association at the time of filing the
formal written arbitration request, a bond, cashier's check or money order payable to the Florida Sheriffs Association in the
amount equal to $5,000.00. Failure to provide written notice to FSA, file a demand for arbitration with the AAA, or failure
to post the required bond and security requirement within the specified timelines shall constitute a waiver of arbitration
proceedings.
20
If the party filing for arbitration does not prevail, it shall pay all costs, legal expenses and attorney fees of the prevailing
party. However, if the filing party prevails, the parties shall share equally the fees and expenses of the arbitration and AAA
bear the cost of their own attorney fees. For the purpose of arbitration, the filing party shall not stay the implementation
of the bid award by the Florida Sheriffs Association.
(i) The arbitration shall be conducted on a confidential basis pursuant to the Commercial Arbitration Rules of the American
Arbitration Association. Any decision or award as a result of any such arbitration proceeding shall be in writing and shall
provide an explanation for all conclusions of law and fact and shall include the assessment of cost and expenses, and
reasonable attorneys' fees. Any such arbitration shall be conducted by an arbitrator experienced in the industry and shall
include a written record of the arbitration hearing. The parties reserve the right to object to any individual who shall be
employed by or affiliated with a competing organization or entity.
Any action not brought in good faith shall be subject to sanction's including damages suffered by the FSA and the legal
counsel's fees incurred by the FSA in defense of such wrongful action.
(j) Distribution. A copy of each decision by the FSA Cooperative Purchasing Program Administrator and the FSA Legal counsels
shall be mailed or otherwise furnished immediately to the protestor.
(k) Stay of procurements during protest. In the event of a timely protest under this section, the contract administration shall
not proceed further with the solicitation or with the award pursuant to such bid unless a written determination is made by
the FSA Cooperative Purchasing Program Administrator, that the award must be made without delay in order to protect a
substantial interest of the FSA.
(I) The institution and filing of a protest under this article is an administrative remedy that shall be employed prior to the
institution and filing of any civil action against the FSA concerning the subject matter of protest.
(m) Protest not timely made under this section shall be barred. Any basis or ground for a protest not set forth in the letter of
protest required under this section shall be deemed waived.
(n) At the time'of the FSA Cooperative Bid Coordinator's recommendation for award a bid is presented at a meeting with the'
FSA Cooperative Purchasing Program Administrator shall report any legal issues relative to any bid protest filed in
connection with the bid in question.
(0) The determination of the FSA Cooperative Purchasing Program Administrator and the FSA legal counsel with regards to all
procedural and technical matters shall be final.
1.31 DEMONSTRATION OF COMPETENCY
Pre-award inspection of the Bidder's facility may be made prior to the award of contract. Bids will only be considered from
firms which are regularly engaged in the business of providing the goods and/or services as described in this Bid.
Bidders must be able to demonstrate a good record of performance for a reasonable period of time, and have sufficient
financial support, equipment and organization to ensure they can satisfactorily execute the services if awarded a contract
under the terms and conditions herein stated.
The terms "equipment and organization" as used herein shall be construed to mean a fully equipped and well established
company in line with the best business practices in the industry and as determined by the FSA.
The FSA may consider any evidence available regarding the financial, technical and other qualifications and abilities of a
Bidder, including past performance (experience) with the FSA in making the award in the best interest of the FSA.
21
The FSA may require Bidders to show proof that they have been designated as authorized representatives of a
manufacturer or supplier which is the actual source of supply. In these instances, the FSA may also require material
information from the source of supply regarding the quality, packaging, and characteristics of the products to be supplied to
the FSA through the designated representative. Any conflicts between this material information provided by the source of
supply and the information contained in the Bidder's Bid may render the Bid non-responsive.
The FSA may, during the period that the Contract between the FSA and the successful Bidder is in force, review the
successful Bidder's record of performance to insure that the Bidder is continuing to provide sufficient financial support,
equipment and organization as prescribed in this Solicitation. Irrespective of the Bidder's performance on contracts
awarded to it by the FSA, the FSA may place said contracts on probationary status and implement termination procedures.
If the FSA determines that the successful Bidder no longer possesses the financial support, equipment and organization
which would have been necessary during the Bid evaluation period in order to comply with this demonstration of
competency section.
1.32 VENDOR ABILITY TO PERFORM:
The Vendor warrants that, to the best of his or her knowledge, there is no pending or threatened action, proceeding, or
investigation, or any other legal or financial condition, that would in any way prohibit, restrain, or diminish the Vendor's
ability to satisfy its Contract obligations. The Vendor warrants that neither it nor any affiliate is currently on the convicted
vendor list maintained pursuant to section 287.133 of the Florida Statues, or on any similar list maintained by any other
state or the federal government. Reference General Conditions Section 1.48 Non Performance. The Vendor shall
immediately notify the FSA and Customer in writing if its ability to perform is compromised in any manner during the term
of the contract.
1.33 QUALITY
All materials used for the manufacture or construction of any supplies, materials or equipment covered by this bid
shall be new. The items bid must be new, the latest model, of the best quality, and highest grade workmanship, meeting or
exceeding federal safety standards.
1.34 NON-CONFORMANCE TO CONTRACT CONDITIONS
Items may be tested for compliance with specifications. Item delivered, not conforming to specifications may be rejected
and returned at vendor's expense. These items and items not delivered as per delivery date in bid and/or purchase order
may be purchased on the open market. Any increase in cost may be charged against the bidder.
Any violation of these stipulations may also result in:
• Vendor's name being removed from the vendor list.
• All FSA departments and Customers being advised not to do business with vendor.
1.35 WAIVER OF INFORMALITIES
The FSA reserves the right to waive any informalities or irregularities in this bid solicitation.
22
1.36 GRATUITIES
Proposers shall not offer any gratuities, favors, or anything of monetary value to any official, employee, or agent of the FSA,
for the purpose of influencing consideration of this bid.
1.37 TIE BIDS
Please be advised that in accordance with Florida Statues Section 287.087, regarding identical tie bids, preference will be
given to vendors certifying that they have implemented a drug free work place program. A certification form will be
required at the time of bid submission.
Whenever two or more bids which are equal with respect to price, quality and service are received for the procurement of
commodities or contractual services preference shall be given to businesses with qualifying drug-free workplace programs.
In case of tie bids and both businesses have qualifying drug-free work programs, the award will be made using the following
criteria:
• Bidder Within (A SPECIFIC ZONE)
• Bidder Within the (STATE of FLORIDA)
• Dealers track record with Customer Service
• Coin Toss
1.38 RIGHT TO AUDIT
Vendor shall establish and maintain a reasonable accounting system that enables Florida Sheriffs Association (hereafter
known as 'FSA') to readily identify Vendor's Sales.
FSA and its authorized representatives shall have the right to audit, to examine, and to make copies of or extracts from all
financial and related records (in whatever form they may be kept, whether written, electronic, or other) relating to or
pertaining to this Contract or Agreement and all government sales and eligible users info for review and kept by or under
the control of the Vendor, including, but not limited to those kept by the Vendor, its employees, agents, assigns, successors,
and Sub-Vendors. Such records shall include, but not be limited to, accounting records, written policies and procedures;
subcontract files (including proposals of successful and unsuccessful bidders, bid recaps, etc.); all paid vouchers including
those for out-of-pocket expenses; other reimbursement supported by invoices; ledgers; cancelled checks; deposit slips;
bank statements; journals; original estimates; estimating work sheets; contract amendments and change order files; back
charge logs and supporting documentation; insurance documents; memoranda; and correspondence.
Vendor shall, at all times during the term of this Contract or Agreement and for a period of Three (3) years after the
completion of this Contract or Agreement, maintain such records, together with such supporting or underlying documents
and materials. The Vendor shall at any time requested by FSA, whether during or after completion of this Contract or
Agreement, and at Vendor's own expense make such records available for inspection and audit (including copies and
extracts of records as required) by FSA. Such records shall be made available to FSA (subject to a three day written notice)
during normal business hours.
FSA at their option may select the Vendor's office, place of business or offsite location for the audit; and/or option to have
the Vendor provide financial records, together with the supporting or underlying documents and records, via e-mail or
phone for audit at a time and location that is convenient for FSA.
Vendor shall ensure FSA has these rights with Vendor's employees, agents, assigns, successors, and Sub-Vendors and the
obligations of these rights shall be explicitly included in any subcontracts or agreements formed between the Vendor and
23
any Sub-Vendors to the extent that those subcontracts or agreements relate to fulfillment of the Vendor's obligations to
FSA.
Costs of any audits conducted under the authority of this right to audit and not addressed elsewhere will be borne by FSA
unless certain exemption criteria are met. If the audit identifies under reporting, overpricing or overcharges (of any nature)
by the Vendor to FSA in excess of three (3) percent (3%) of the total contract billings, the Vendor shall reimburse FSA for the
total costs of the audit not to exceed $5,000.00. If the audit discovers substantive findings related to fraud,
misrepresentation, or non-performance, FSA may recoup all the costs of the audit work from the Vendor.
Any adjustments and/or payments that must be made as a result of any such audit or inspection of the Vendor's invoices
and/or records shall be made within a reasonable amount of time (not to exceed 90 days) from presentation of FSA's
findings to Vendor.
1.39 FINANCIAL RESPONSIBILITY
Bidder affirms by his or her signature on the contract signature page that he or she:
• Has fully read and understands the scope, nature, and quality of work to be performed or the services to be rendered
under this bid, and has the adequate facilities and personnel to fulfill such requirements;
• Accepts the financial responsibility associated with this bid, and declares that he or she has the access to capital (in the
form of liquidity or credit lines) in order to meet the financial demands of such award.
• In assessing financial responsibility, Vendor shall consider items such as the specifications bid, the zones bid, and the
quantity of specifications bid, as well as timing of payment from customers, which can be 45 days from receipt of
invoice;
• Assumes full responsibility that all vehicles delivered to the customer are free and clear of all outside liens,
encumbrances, security interests apart from the dealer floor plan or other dealer inventory finance security interest.
1.40 LAWS, PERMITS AND REGULATIONS
The bidder shall obtain and pay for all licenses, permits imd inspection fees (including all levels of governmental fees)
required for this project; and shall comply with all laws, ordinances, regulations and building code requirements applicable
to the work contemplated herein.
1.41 LIABILITY, INSURANCE, LICENSES AND PERMITS
Where bidders are required to enter or go onto FSA or Customer property to deliver materials or perform work or services
as a result of a bid award, the successful bidder will assume the full duty, obligation and expense of obtaining all necessary
licenses, permits and insurance and assure all work complies with all applicable County and Municipal code requirements.
The bidder shall be liable for any damages or loss to the FSA or Customer occasioned by negligence of the bidder (or agent)
or any person the bidder has designated in the completion of the contract as a result of his or her bid.
1.42 BID BONDS, PERFORMANCE BONDS, CERTIFICATES OF INSURANCE
Bid Bonds, when required, shall be submitted with the bid in the amount specified in Special Conditions. After acceptance
of bid, the FSA will notify the successful bidder to submit a performance bond and certificate of insurance in the amount
specified in Special Conditions.
24
Agencies may request a performance bond from an Awarded Vendor. Performance Bonds are recommended with pre-
payment and will be at the expense of the requesting agency. Agencies should determine the best practice in comparing
performance bond expense against any prior discounts that may be available.
1.43 ELIMINATION FROM CONSIDERATION
This bid solicitation shall not be awarded to any person or dealer who is in arrears to the FSA upon any debt, taxes or
contracts which are defaulted as surety or otherwise upon any obligation to the FSA.
1.44 COLLUSION
Bids from related parties: Where two (2) or more related parties each submit a bid or bid for any contract, such bids or bids
shall be presumed to be collusive.
The foregoing presumption may be rebutted by presentation of evidence as to the extent of ownership, control and
management of such related parties in the preparation and submittal of such bids or bids.
Related parties mean bidders or proposers or the principals thereof which have a direct or indirect ownership interest in
another bidder or proposer for the same contract or in which a parent company or the principals thereof of one (1) bidder
or proposer have a direct or indirect ownership interest in another bidder or proposer for the same contract. Bids or bids
found to be collusive shall be rejected.
Bidders or Proposers who have been found to have engaged in collusion will be considered non-responsible, and will be
suspended or barred, and any contract resulting from collusive bidding may be terminated for default.
Notes: Dealerships and their representatives may submit multiple bids without conflict of "Collusion" as long as the bid
submitted is not from the same manufacture and product line. Dealerships which share the same ownership may submit
multiple bids also without conflict of collusion as long as the bidders are not in the same region, with the same
manufacturer and product line. Vendors/Dealers Reference Contract Terms Section 3.07 Collusion 2nd Ref.
1.45 DEFAULT
Failure or refusal of a bidder to execute a contract upon award, or withdrawal of a bid before such award is made, may
result in forfeiture of that portion of any bid surety required equal to liquidated damages incurred by the FSA thereby, or
where surety is not required, failure to execute a contract as described above may be grounds for removing the bidder from
the bidder's list.
1.46 DISPUTES
In case of any doubt or difference of opinion as to the items to be furnished hereunder, the decision of the FSA shall be final
and binding on both parties. In the event of a conflict between the documents, the order of priority of the documents shall
be as follows:
Any agreement resulting from the award of this Bid (if applicable); then Addenda released for this Bid, with the latest
Addendum taking precedence;
• then The Bid;
• Then Awardee's Bid.
25
1.47 PROTESTS AND ARBITRATION
Any person who proposes to file an action protesting a decision or intended decision pertaining to this bid or the resulting
contract should refer to 1.38 Authority to Resolve Protested Bids and Proposed Awards.
Additionally, the person or entity filing such protest shall post with the Florida Sheriffs Association at the time of filing the
formal written protest or within the 10 business day period allowed for filing the formal written protest, a bond, cashier's
check or money order payable to the Florida Sheriffs Association in the amount equal to $5,000.00, which bond or security
will be conditioned upon the payment of all cost which may be adjudged against the protesting party in a court of law
and/or to reimburse the FSA for additional legal expenses incurred and required to substantiate the protesting party's
claim(s). Failure to post the bond or security requirement within the time allowed for filing will result in a denial of protest.
For the purpose of bid protests, the filing party shall not stay the implementation of the bid award by the Florida Sheriffs
Association.
Should the unsuccessful bidder(s) decide to appeal the decision of the FSA, they shall file a notice to FSA within 72 hours of
the FSA bid protest decision regarding their intent to request arbitration. A demand for arbitration with the American
Arbitration Association's (AAA) commercial panel under its rules and regulations must be made within 10 business days of
the FSA bid protest decision. Any person who files for arbitration with the AAA shall post with the Florida Sheriffs
Association at the time of filing the formal written arbitration request, a bond, cashier's check or money order payable to
the Florida Sheriffs Association in the amount equal to $5,000.00. Failure to provide written notice to FSA, file a demand
for arbitration with the AAA, or failure to post the required bond and security requirement within the specified timelines
shall constitute a waiver of arbitration proceedings.
If the party filing for arbitration does not prevail, it shall pay all costs, legal expenses and attorney fees of the prevailing
party. However, if the filing party prevails, the parties shall share equally the fees and expenses of the arbitration and AAA
bear the cost of their own attorney fees.
For the purpose of arbitration, the filing party shall not stay the implementation of the bid award by the Florida Sheriffs
Association.
1.48 NON-PERFORMANCE
Vendor shall at all times during the contract term remain responsive and responsible. In determining Vendor's responsibility
as a vendor, the FSA Cooperative Purchasing Program Administrator shall consider all information or evidence which is
gathered or comes to the attention of the agency which demonstrates the Vendor's capability to fully satisfy the
requirements of the solicitation and the contract.
Vendors that are not in compliance with any of the provisions of this contract can be assessed fines (see schedule of fines
below), suspended and or terminated from the contract and future competitive bid solicitations at the discretion of the
FSA Cooperative Purchasing Program Administrator.
In some instances, Vendors may be required to develop corrective action plans to address contract compliance. In
situations where there is evidence the dealer, Vendor, fleet sales manager or other representative has demonstrated
egregious breaches of the contract or trust to both with the FSA and the customer, the contract will automatically be
terminated and the dealer and their representative will be removed from future solicitations for a period up to three (3)
years.
Failure to abide by corrective action plans will result in the dealer and the dealer representative to be terminated from the
contract and future competitive bid solicitations at the discretion of the FSA Cooperative Purchasing Program
Administrator.
26
Specific conditions for termination include, but are not limited to; failure to perform, refusal to accept orders during the
contract period while manufacturer orders are still being accepted for current model year and/or the new year if the
vehicle is price protected by the factory, charging amounts exceeding MSRP on factory installed items and packages,
requiring the purchase of additional options over and above the base vehicle as a condition of acceptance of order,
providing aftermarket options where factory options are available without the consent of the Customer, any
misrepresentation of optional equipment or service as being "factory" that fails to meet the definition as described in this
document, and any other practice deemed to be outside of the intent of the contract.
Any Vendor, who is presented with a valid purchase order as a result of a bid award for this contract, is required and bound
by this contract to accept such purchase order(s) and deliver the product(s); regardless if the vehicle(s) or equipment is a
base model or includes options at a higher cost. TheVendor must deliver this vehicle regardless of profit or loss based on
their respective bid. Failure to deliver said vehicles or equipment will result in the ordering agency and the FSA seeking
damages for the difference of cost to issue the exact same order with another Vendor plus any legal fees and damages that
may be incurred in the process to facilitate a completed order.
All terms and conditions are applicable throughout the term of the contract and not any given "Year, Make or Model".
Schedule of Fines -The list of fines are a minimum result of non-compliance.
Failure to submit monthly report on time $25.00 per day
Lost Purchase Order* (PO) _1st Offense $100.00 per incident
Lost Purchase Order* (PO) -2rd Offense $250.00 per vehicle
Lost Purchase Order* (PO) -3rd Offense Removal from the
Contract
Failure to place order within ten (10) business days $100.00 per day
Failure to issue acknowledgment of Purchase Order to Agency and/or FSA $100.00 per P.O
within the 14 calendar days as per 3.54 of the terms and conditions
Failure to Report Sales .0075 plus 1.5% each
month following the
delivery date.
*Each report of a lost purchase order will be handled on a case by case basis.
1.49 CANCELLATION
In the event any of the provisions of this bid are violated by the Vendor, the Business Operation Manager shall give written
notice to the Vendor stating the deficiencies and unless deficiencies are corrected within ten (10) business days,
recommendation will be made to the FSA for immediate cancellation. The FSA reserves the right to terminate any contract
resulting from this invitation at any time and for any reason, upon giving thirty (30) days prior written notice to the other
party.
1.50 SEVERABILITY
In the event any provision of this contract is held to be unenforceable for any reason, the unenforceability thereof shall not
affect the remainder of the contract which shall remain in full force and effect and enforceable in accordance with its
terms.
27
1.51 TERMINATION FOR DEFAULT
If through any cause within the reasonable control of the successful bidder, it shall fail to fulfill in a timely manner, or
otherwise violate any of the covenants, agreements, or stipulations material to the Agreement, the FSA shall thereupon
have the right to terminate the services then remaining to be performed by giving written notice to the successful bidder of
such termination which shall become effective upon receipt by the successful bidder of the written termination notice.
In that event, the FSA shall compensate the successful bidder in accordance with the Agreement for all services performed
by the bidder prior to termination, net of any costs incurred by the FSA as a consequence of the default.
Notwithstanding the above, the successful bidder shall not be relieved of liability to the FSA for damages sustained by the
FSA by virtue of any breach of the Agreement by the bidder, and the FSA may reasonably withhold payments to the
successful bidder for the purposes of set off until such time as the exact amount of damages due the FSA from the
successful bidder is determined.
1.52 TERMINATION FOR CONVENIENCE OF FSA
The FSA, for its convenience, can terminate the contract in whole or part without cause by giving written notice to the
Vendor of such termination, which shall become effective thirty (30) days following receipt by bidder of such notice.
In that event, all finished or unfinished documents and other materials shall be properly delivered to the FSA.
The Vendor shall not furnish any product after it receives the notice of termination, except as necessary to complete the
continued portion of the contract, if any. The Vendor shall not be entitled to recover any lost profits that the Vendor
expected to earn on the balanced of the Agreement or cancellation charges.
Any payments to the Vendor shall be only to the total extent of the FSA liability for goods or services delivered prior to the
date of notice to terminate the contract.
1.53 INTELLECTUAL PROPERTY Rev 2/16
Except for the rights expressly granted to the End User under this Agreement, the Florida Sheriffs Association will
retain all right, title and interest in and to the Licensed Technology, including all worldwide Technology and intellectual
property and proprietary rights.
28
2.0 BIDDER INSTRUCTIONS
INDEX
2.01 Bidder Qualifications
2.02 Licensing/Facilities
2.03 Insurance & Indemnification
2.04 Specifications
2.05 Customer Service
2.06 Fixed Prices
2.07 References
2.08 Sealed Bids
2.09 No Bid
2.10 Specification Exceptions, Omissions or Errors
2.11 Complete Information Required on Bid Form
2.12 Mistakes
2.13 Samples
2.14 Equivalents
2.15 Requests for Additional Information or Clarification
2.16 Workshops -Contract/Specifications
2.17 Pre-Bid Conference
2.18 Prices Quoted
2.19 Option Pricing
2.20 Submittal of Bid
2.21 Execution of Bid
2.22 Modification/Withdrawals of Bid
2.23 Late Bids
2.24 Bid Opening
2.25 Determination of Responsiveness
2.26 Bid Tabulations
2.27 Minor Irregularities/Right to Reject
2.28 Cone of Silence
29
2.01 BIDDER QUALIFICATIONS
In order for bids to be considered, new bidders to the Florida Sheriffs Cooperative Contract must submit with their bid,
evidence that they are qualified to satisfactorily perform the specified service. Evidence shall include all information
necessary to certify that the bidder maintains a permanent place of business; is an authorized distributor of the items
specified in their proposal; has not had just or proper claims pending against him or his firm; and has provided similar type
products. The evidence will consist of listing of contracts for similar services that have been provided to public and private
sector clients, within the last three (3) years, and letter from the manufacturer that bidder is an authorized distributor for
the proposed manufacturer.
2.02 LICENSING/FACILITIES
Bidders are required to possess a Florida Motor Vehicle Dealers License in order to bid and all bidders must maintain a
repair/warranty facility within the State of Florida to provide sales and service for the vehicles and equipment bid.
FSA Cooperative Purchasing Program Administrator reserves the right to periodically request additional or updated
information from a dealer regarding the repair/warranty facility during the solicitation and the term of the contract, if
awarded. The FSA Cooperative Purchasing Program Administrator may also exercise discretion in examining such facility as
deemed necessary.
2.03 INSURANCE AND INDEMNIFICATION: (Reference Contract Check List for applicability to this contract)
Vendor shall be fully liable for the actions of its agents, employees, partners, or Sub-Vendors and shall fully indemnify,
defend, and hold harmless the Florida Sheriffs Association, the participating agencies, and their officers, agents, and
employees from suits, actions, damages, and costs of every name and description, including legal counsels' fees, arising
from or relating to personal injury and damage to real or personal tangible property alleged to be caused in whole or in part
by bidder, its agents, employees, partners, or Sub-Vendors; provided, however, that the bidder shall not indemnify for that
portion of any loss or damages proximately caused by the negligent act or omission of the Florida Sheriffs Association, and
participating agencies.
Vendor's obligations under the above paragraph with respect to legal action are contingent upon the Florida Sheriffs
Association, participating agencies giving the bidder (1) written notice of any action or threatened action, (2) the
opportunity to take over and settle or defend any such action at bidder's sole expense. Vendor shall not be liable for any
cost, expense or compromise incurred by the Florida Sheriffs Association, or participating agencies in any legal action
without bidder's prior written consent, which shall not be unreasonably withheld.
The Vendor shall be responsible for his work and every part thereof, and for all materials, tools, appliances and property of
every description, used in connection with this particular project.
The Vendor shall specifically and distinctly assume, and does so assume, all risks of damage or injury to property or persons
used or employed on or in connection with the work and of all damage or injury to any person or property wherever
located, resulting from any action or operation under the contract or in connection with the work. It is understood and
agreed that at all times the Vendor is acting as an independent Vendor.
The Vendor, at all times during the full duration of work under this contract, including extra work in connection with this
project shall meet the following requirements:
Maintain Automobile Liability Insurance including Property Damage covering all owned, non-owned or hired automobiles
and equipment used in connection with the work.
30
No change or cancellation in insurance shall be made without thirty (30) days written notice to the Business Operation
Manager.
All insurance policies shall be issued by companies authorized to do business under the laws of the State of Florida and
these companies must have a rating of at least B+: VI or better per Best's Key Rating Guide, latest edition.
Original signed Certificates of Insurance, evidencing such coverage's and endorsements as required herein shall be filed
with and approved by the Business Operation Manager prior to execution of a contract with the Florida Sheriffs Association.
The certificate mu~t state Bid Number and Title. Upon expiration of the required insurance, the Vendor must submit
updated certificates of insurance for as long a period as any work is still in progress.
It is understood and agreed that all policies of insurance provided by the Vendor are primary coverage to any insurance or
self-insurance the FSA possesses that may apply to a loss resulting from the work performed in this contract.
All policies issued to cover the insurance requirements herein shall provide full coverage from the first dollar of exposure.
No deductibles will be allowed in any policies issued on this contract unless specific safeguards have been established to
assure an adequate fund for payment of deductibles by the insured and approved by the Business Operation Manager.
The liability insurance coverage shall extend to and include the following contractual indemnity and hold harmless
agreement:
"The Vendor hereby agrees to indemnify and hold harmless the FSA, a SOlc3, its officers, agents, and employees from all
claims for bodily injuries to the public in and up to the amount of $1,000,000.00 for each occurrence and for all damages to
the property of others in and up to the amount of $1,000,000.00 for each occurrence per the insurance requirement under
the specifications including costs of investigation, all expenses of litigation, including reasonable legal counsel fees and the
cost of appeals arising out of any such claims or suits because of any and all acts of omission or commission of any by the
Vendor, his agents, servants, or employees, or through the mere existence of the project under contract".
The foregoing indemnity agreement shall apply to any and all claims and suits other than claims and suits arising out of the
sole and exclusive negligence of the FSA, its officers, agents, and employees, as. determined by a court of competent
jurisdiction.
The Vendor will notify his insurance agent without delay of the existence of the Hold Harmless Agreement contained within
this contract, and furnish a copy of the Hold Harmless Agreement to the insurance agent and carrier.
The Vendor will obtain and maintain contractual liability insurance in adequate limits for the sole purpose of protecting the
FSA under the Hold Harmless Agreement from any and all claims arising out of this contractual operation.
The Vendor will secure and maintain policies of Sub-Vendors. All policies shall be made available to the FSA upon demand.
Compliance by the Vendor and all Sub-Vendors with the foregoing requirements as to carrying insurance and furnishing
copies of the insurance policies shall not relieve the Vendor and all Sub-Vendors of their liabilities and obligations under any
Section or Provisions of this contract. Vendor shall be as fully responsible to the FSA for the acts and omissions of the Sub-
Vendor and of persons employed by th.em as he is for acts and omissions of persons directly employed by him.
Insurance coverage required in these specifications shall be in force throughout the contract term. Should any awardee fail
to provide acceptable evidence of current insurance within seven days of receipt of written notice at any time during the
contract term, the FSA shall have the right to consider the contract breached and justifying the termination thereof. If
bidder does not meet the insurance requirements of the specifications; alternate insurance coverage, satisfactory to the
Business Operation Manager, may be considered.
31
It is understood and agreed that the inclusion of more than one insured under these policies shall not restrict the coverage
provided by these policies for one insured hereunder with respect to a liability claim or suit by another insured hereunder
or an employee of such other insured and that with respect to claims against any insured hereunder, other insured's
hereunder shall be considered members of the public; but the provisions of this Cross Liability clause shall apply only with
respect to liability arising out of the ownership, maintenance, use, occupancy or repair of such portions of the premises
insured hereunder as are not reserved for the exclusive use of occupancy of the insured against whom claim is made or suit
is filed.
2.04 SPECIFICATIONS
All units covered by this specification and the detailed specifications shall be the manufacturer's current basic production
model, and shall, as a minimum, be equipped with ALL standard factory equipment in accordance with the manufacturer's
latest literature unless otherwise noted in the bid document. Bidders must supply a unit that either meets or exceeds all
the requirements included in the applicable detailed specifications.
All bidders will be required to bid on the models listed in each designated specification.
All bidders will be required to provide any information requested on the price sheets, such as manufacturer and model
number of various components, or may have their bid rejected.
All equipment, options, and features provided must be designed, constructed, and installed to be fully suitable for their
intended use and service.
It is important to note IIFull Size" spare tires are not standard with all vehicles regardless of Manufacturer, Make or Model.
It is the end users responsibility to ensure your vehicle order meets your agencies specifications.
2.05 CUSTOMER SERVICE
Excellent customer service is the standard of the FSA. As Vendors of the FSA, all employees will be required to adhere to
the FSA's "Service Excellence" standards and expected to conduct themselves in a professional, courteous and ethical
manner in all situations.
The successful bidder's employees must work as a cooperative team of well-trained professionals, and must serve the
public with dignity and respect. All business transactions with the FSA will be conducted with honesty, integrity, and
dedication.
2.06 FIXED PRICES
If the bidder is awarded a contract under this bid solicitation, the prices quoted by the bidder on the Bid Forms shall remain
fixed and firm during the initial term of this contract.
2.07 REFERENCES
Bidders shall furnish the names, addresses, telephone numbers, and address of a minimum of five (5) firms or government
organizations for which the Vendor is currently providing or has provided similar services on company letterhead. Two (2)
of the references must be government related. A dealer participating for the first time in government fleet sales/bidding
may be considered exempt if they can demonstrate they have the appropriate facility, staffing and financial resources to
support the contract should they receive an award. Reference Bidder Instructions Section 2.01 Bidder Qualifications.
32
2.08 SEALED BIDS
One Original and one copy (on a thumb drive) of the Bid as well as any other pertinent documents must be returned in
order for the bid to be considered for award. All bids are subject to the conditions specified hereon and on the attached
Special Conditions, Specifications and Bid Form.
The completed bid must be submitted in a sealed envelope clearly marked with the Bid Title to the attention of FSA
Cooperative Bid Coordinator, Florida Sheriffs Association, 1st Floor, 2617 Mahan Drive, Tallahassee FL 32308. Facsimile,
electronic, or faxed bids will not be accepted.
2.09 NO BID
If not submitting a bid, respond by returning the enclosed "NO BID" form questionnaire, and explain the reason. Repeated
failure to bid without sufficient justification shall be cause for removal of a supplier's name from the bid mailing list.
2.10 SPECIFICATION EXCEPTIONS, OMISSION AND ERRORS
Specifications are based on the most current manufacturer literature available. Bidders should immediately notify the FSA
Cooperative purchasing Program Administrator of any defects in the specifications or required submittal documents. All
notifications of defect must be in writing and timely submitted.
Bidders are required to indicate in their bid submissions those options which "require" additional equipment or model
upgrade to obtain the original option. Bidder must also identify those options that are available as a part of a package or
group. The factory codes listed in the "Prices" section of the Special conditions must be used.
Failure of a bidder to comply with these provisions will result in bidders being held responsible for all cost required to bring
the vehicle into compliance with the contract specifications.
Bidders are strongly encouraged to thoroughly review the qualification requirements set forth, specifically the minimum
specifications found in Bidder Instructions Section 2.04, identified by the words "must", "shall", and "will". Bidders who fail
to satisfy the requirements set forth, may be deemed nonresponsive and receive no further consideration.
Should your proposed bid not be able to meet one (1) or more of the requirements set forth in this ITB and you are
proposing alternatives to said requirements, you must notify the FSA Cooperative Bid Coordinator's Office in writing at least
five (5) days prior to the deadline for submission of bids. The FSA reserves the right to revise the scope of services via
addendum prior to the deadline for receipt of bids to receive full consideration.
Exceptions to the specifications at the time of the bid shall be listed on the Bid Form and shall reference the section and
with a written explanation for the request for exception. Any exceptions to the General or Special Conditions shall be
cause for the bid to be considered non-responsive.
2.11 COMPLETE INFORMATION REQUIRED ON BID FORM
All bids must be submitted on the attached Bid Form and all blanks filled in. To be considered a valid bid, the ORIGINAL
AND ONE (1) ELECTRONIC COPY of the Bid Form pages and all required submittal information must be returned, properly
completed and sealed envelope as outlined in the first paragraph of General Conditions.
33
2.12 MISTAKES
Bidders are expected to examine the specifications, delivery schedules, bid prices and extensions and all instructions
pertaining to supplies and services. Failure to do so will be at the bidder's risk.
2.13 SAMPLES
Samples of items, when required, must be furnished free of expense and, if not destroyed, will, upon request, be returned
at the bidder's expense. Bidders will be responsible for the removal of all samples furnished within (30) days after bid
opening. All samples will be disposed of after thirty (30) days. Each individual sample must be labeled with bidder's name.
Failure of bidder to either deliver required samples or to clearly identify samples may be reason for rejection of the bid.
Unless otherwise indicated, samples should be delivered to the Florida Sheriffs Association, Attention: Cooperative Bid
Coordinator, 2617 Mahan Drive, Tallahassee FL 32308.
2.14 EQUIVALENTS
The term "Approved Equivalent" is used to allow a bidder to bid components or equipment that are equal to the
components or equipment described in the detailed specifications. The FSA Cooperative Purchasing Program Administrator
shall have the sole authority to determine approved equivalents or qualified product specifications.
Brand Names: Catalog numbers, manufacturers' and brand names, when listed, are informational guides as to a standard of
acceptable product quality level only and should not be construed as an endorsement or a product limitation of recognized
and legitimate manufacturers. Bidders shall formally substantiate and verify that product(s) offered conform with or exceed
quality as listed in the specifications.
If bidder offers a make or model of equipment or supplies other than those specified in the following, it must be so
indicated in the bid submittal.
Bidder shall indicate on the bid form the manufacturer's name and number if bidding other than the specified brands, and
shall indicate ANY deviation from the specifications as listed. Other than specified items offered requires complete
descriptive technical literature marked to indicate detail(s) conformance with specifications and MUST BE INCLUDED WITH
THE BID. Specific article(s) of equipment/supplies shall conform in quality, design and construction with all published claims
of the manufacturer. NO BIDS WILL BE CONSIDERED WITHOUT THIS DATA.
Lacking any written indication of intent to quote an alternate brand or model number, the bid will be considered as a bid in
complete compliance with the specifications as listed on the attached form.
Dealers offering alternate makes, manufacturers of vehicles or equipment not specifically identified in the bid cannot utilize
or publish the offering as an "OPTION" within the bid specification and detail. Offerings of this nature will cause the bid to be
rejected.
2.15 REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION
Bidders are encouraged to examine the specifications carefully. In case doubt should arise as to the meaning or intent of
any items contained in the specifications, inquiry should be made to the FSA C;ooperative Purchasing Program Administrator
prior to the Pre-Bid Conference via e-mail or at the pre-bid conference in person. Telephone clarifications will not be
accepted, and no clarification will be accepted after the date listed in the Bid Calendar. ALL request for information from
bidders and FSA responses will be will be posted on the FSA Cooperative Bid Award website by the date scheduled on the
Bid Calendar.
34
The submission of a bid shall indicate that the bidder thoroughly understands the terms of the specifications.
2.16 WORKSHOPS -CONTRACT/SPECIFICATIONS
ALL prospective bidders are required to attend the MANDATORY* vehicle workshop(s). At this time prospective bidders will
have the opportunity to offer input and recommendations regarding the content of the bid specification and to meet with
committee members to answer any questions relative to this invitation to bid. Any suggested modifications may be
presented in writing or discussed with the advisory committee at this meeting and may be considered in formulating the
Bid.
ALL addendums to the contract initiated by the FSA will be posted on the Florida Sheriffs Association Cooperative
Purchasing Program Award at http://www.flsheriffs.org. Prospective bidders should check the website periodically for any
addendums to the solicitation documents.
*FSA reserves the right to grant exceptions bosed on the dealer/bidder has met all requirements as an approved vendor and agrees to sign a memo of
understanding (MOU) that they understand all of the terms and conditions of the bid and agree to meet all of the terms and conditions without exception
and further waive their right to protest the bid process, in its entirety or any portion thereof,.
2.17 PR~-BID CONFERENCE
ALL prospective bidders are required to attend the MANDATORY* Pre-Bid conference.
specifications will be discussed and. it is the final opportunity for prospective bidders to
modification, corrections, or addressing other concerns relating to the bid or the process.
At this meeting the bid
make any last request for
*FSA reserves the right to grant exceptions based on the dealer/bidder has met all requirements as an approved vendor and agrees to sign a memo of
understanding (MOU) that they understand all of the terms and conditions of the bid and agree to meet all of the terms and conditions without exception
and further waive their right to protest any portion of the bid process.
2.18 PRICES QUOTED
Deduct trade discounts and quote firm net prices. Give both unit price and extended total, when requested. Prices must be
st.ated in units of quantity specified in the bidding specifications.
Dealers are to include a three quarters of one percent (.0075) FSA administrative fee to their base bid prices, at the time of
bid submission. This FSA fee should also be included in all additional equipment items (add options) and should not be
indicated as a separate line item on any purchase order. Cross-reference: Contract Conditions, FSA Administrative Fees for
All Specifications, Section 3.35
In case of discrepancy in computing the amount of the bid, the UNIT PRICE quoted will govern. All prices must be F.O.B.
destination, freight prepaid (unless otherwise stated in special conditions). The dealer has the authority to offer discounts
for prompt payment.
Award, if made, will be in accordance with terms and conditions stated herein. Each item must be bid separately and no
attempt is to be made to tie any item or items in with any other item or items. Cash or quantity discounts offered will not
be a consideration in determination of award of bid(s).
2.19 OPTION PRICING
Prices for options submitted by the dealer, for Emergency Vehicle Lighting, shall include all applicable state and federal fees
and charges not including installation. Motorcycle pricing will include installation. No additional charges or fees are
admissible.
35
The bidder shall offer a discount which shall be below Manufacturer's Standard Retail Pricing (MSRP) or manufacturers
published catalog price for any factory add options included in the bid submission and in resulting customer orders, if
awarded. The amounts of discounts for each particular add option shall be decided by the bidder.
When calculating upgrades, the total recognized MSRP (Refer General Conditions, General Definitions Section 1.08) for an
item (that is not a manufacturer's free flow option for the base specification) is calculated as the differential between the
dealer costs on the representative base vehicle versus total MSRP of the requested FSA option modifying the vehicle.
When add options listed are included in the base vehicle, bidder must submit options as "Included" or "STD". Bidder must
use proper factory codes for all factory add options. Options available through the factory MUST be bid and supplied to
Customer as "factory" options unless requested otherwise in writing by the Customer.
Products requiring certification should likewise require certification of options. If the options are not certified, this should
be disclosed to the end user if purchasing non-certified options could result in the de-certification of the original product
and/or warranty. All options must meet national safety standards.
Options are intended to add or delete equipment and/or features from the base vehicle specification, and to allow for an
upgrade or downgrade to a manufacturer's model with a slightly different engine size or horsepower, and as such, should
not be made available for purchase separate from the base vehicle. Bidders shall NOT use add or delete options to create a
piece of equipment that is entirely different than the base unit called for in the specification, or any other options that do
not meet the intention of options as stated above.
Bidder must indicate in their bid submission any option requiring the purchase of other options, and also indicate options
that are a part of another option.
The codes listed in the "Prices" section of the Special Conditions must be used. Any dealer found requiring a buyer to
purchase an "upgrade package" in order to purchase an available stand-alone item will be in violation of this contract and
required to make a reimbursement to the agency of the cost between the option and the upgrade package.
The use of "Options" to facilitate the sale of an alternate Manufacturer's product which is outside the scope of the written
base specification will be construed as non-compliant and their bid will be rejected, in whole or part by the FSA Bid
Coordinator.
Example: Bidder CANNOT include option upgrades that result in the selling of a vehicle or truck on one specification that is
offered as a separate specification in the bid solicitation. For example, a Vendor who is awarded the bid for 25,500 lb.
GVWR Cab & Chassis cannot upgrade this item through an add option to a 30,000 lb. GVWR Cab & Chassis in order to
circumvent the bid award winner for the 30,000 lb. GVWR Cab & Chassis.
2.20 SUBMITTAL OF BID
Bidders must submit their bid electronically via the Florida Sheriffs Association Cooperative Bid Award, located at
http://www.flsheriffs.org.
Any bidder who offers emergency lighting and equipment (red, blue or any combination) to be installed on any vehicle or
equipment, must provide evidence of EVT certification for installation. This includes any third party, up fitting. Example: a
truck that may be used in the fire department to support the operation that requires public safety lighting and equipment.
Bidders must bid a requested FSA option first by offering the requested item if available from the factory. If this option is
satisfied by the addition of a manufacturer's package that contains other items then it must be indicated in the comments
36
and verifiable via audit. Furthermore, if the package offered to satisfy the request requires another factory option then
that also must be indicated and referenced in the available optional equipment spaces. If the item is a package and
available as a free flowing option to the base vehicle then the manufacturer's MSRP governs and by definition becomes the
ceiling price. If the item is a package that changes the manufacturer's model number then the recognized MSRP
computation will govern and define the ceiling price.
Prices are to be rounded to the nearest dollar. Bids can be entered more than once; however, only the last bid entered into
the system will be considered in the award process. Bids not submitted within the system will be rejected.
Each bidder is responsible for ensuring that his bid is submitted before the deadline outlined in the Bid Calendar. Late bids
will not be considered and the system will not accept bids after the due date and time specified in the Bid Calendar.
Reference: Bidder Instructions Section 2.23, Late Bids.
In addition to submitting the bid via the FSA Cooperative Bid Award system, one original and one (i) exact copy (includes
divider tabs) of the bid package in separate 3-ring VIEW binders (not report folders) must be delivered or mailed to the
attention of:
FSA Cooperative Bid Coordinator
Florida Sheriffs Association
2617 Mahan Drive
Tallahassee, Florida 32308
FLEET@flsheriffs.org
The electronic cover sheet must be completed with dealership name, contact person, telephone number and mobile phone
number, and bidder shall check the appropriate box indicating whether the submittal is an Original or Copy. The cover
sheet must be placed in the front cover of the view binder.
Separate bid packages must be submitted for each individual dealership for which a bid was submitted through FSA
Cooperative Bid Award. The bid package must include:
• A printed copy of the submitted bid (printed after final bid submission takes place)
• Manufacturer's print-out {Ford -((Dora"; General Motors -((GM Autobook"; or approved equivalent) for each vehicle on
which a bid is submitted. The Manufacturer's print-out shall indicate an order code for the Manufacturer's base model, all
standard equipment, and any optional components required to provide the base vehicle as outlined in the bid solicitation.
Dealer installed aftermarket components are required to meet the base vehicle specified must be identified, in writing, on
the printout.
• For specifications or units that do not produce a manufacturer's print-out, bid package must include manufacturer's
documentation that includes standard equipment and such other information that provides verification that such item
meets the base specification.
• Pricing Sheet for Emergency Vehicle Lighting (if applicable)
• Contract Signature page. Bidder must complete the Signature Page in its entirety, and must indicate by signature on the
form that bidder has read and understands the provisions contained in this Invitation to Bid.
• Bidder will check the appropriate box indicating whether the submittal is an Original or Copy. All bids must show the
company name and be manually signed (no rubber stamps, facsimile signatures, etc.) in ink by a dealer principal and an
employee who has the authority for bid submission if such employee is not a dealer principal. Unsigned bids will be
rejected.
37
• The bid package must be received at the Florida Sheriffs Association according to the date and time specified in the Bid
Calendar. Failure to meet all submission requirements by the dates indicated in the Bid Calendar will result in rejection of
the bid. Reference: Bidder Instructions Section 2.23, Late Bids.
• By virtue of its bid submission, Vendor acknowledges its obligation to sell vehicles in all zones for which it is awarded.
2.21 EXECUTION OF BID
Bid must contain a manual signature of an authorized representative in the space provided on the Bid signature page.
Failure to properly sign bid shall invalidate same and it shall NOT be considered for award. All bids must be completed in
pen and ink or typewritten. No erasures are permitted. If a correction is necessary, draw a single line through the entered
figure and enter the corrected figure above it. Corrections must be initialed by the person signing the bid. Any illegible
entries, pencil bids or corrections not initialed will not be tabulated. The original bid conditions and specifications CANNOT
be changed or altered in any way. Altered bids will not be considered. Clarification of bid submitted shall be in letter form,
signed by bidders and attached to the bid.
2.22 MODIFICATION/WITHDRAWALS OF BIDS
A Bidder may submit a modified bid to replace all or any portion of a previously submitted bid up until the bid due date and
time.
Modifications received after the bid due date and time will not be considered.
Bids shall be irrevocable until contract award unless withdrawn in writing prior to the bid due date or after expiration of
120 calendar days from the opening of Bids without a contract award.
Letters of withdrawal received after the bid due date and before said expiration date and letters of withdrawal received
after contract award will not be considered.
2.23 LATE BIDS
At time, date and place above, bids will be opened. Any bid or bids received after time and date specified will be returned
to the bidder unopened. The responsibility for submitting a bid before the stated time and date is solely and strictly the
responsibility of the bidder/proposer. The FSA is not responsible for delays caused by mail, courier service, including U.S.
Mail or any other occurrence. Any reference to time will be based on Eastern Standard Time (EDST)
2.24 BID OPENING
Bids shall be opened and publicly read on the date, time and place specified on the Bid Calendar and will be evaluated
thereafter. All bids received after the date, time, and place shall be returned, unopened.
Although prices will not be read, bidders may attend, but it is not a requirement.
The FSA Cooperative Bid Coordinator will electronically post the initial bid tabulation results and any and all awards on the
FSA Cooperative Bid Award website according to the time outlined in the Bid Calendar.
If the posting of the initial bid tabulation results is delayed, in lieu of posting the notice on the date indicated on the Bid
Calendar, the FSA Cooperative Bid Coordinator will post a notice of the delay and a revised date for posting of results.
38
2.25 DETERMINATION OF RESPONSIVENESS
Determination of responsiveness will take place at the time of bid opening and evaluation. In order to be deemed a
responsive bidder, your bid must conform in all material respects to the requirements stated in their Bid.
2.26 BID TABULATIONS
Bidders desiring a copy of the bid tabulation may request same by enclosing a self-addressed stamped envelope with the
bid.
2.27 MINOR IRREGULARITIES/RIGHT TO REJECT
The FSA has the right to accept or reject any and all bids, or separate portions thereof, and to waive any irregularity,
technicality or omission if the FSA determines that doing so will serve in the FSA's best interest. The FSA may also reject
any Response not submitted in the manner specified by the solicitation documents.
2.28 CONE OF SILENCE
This invitation to bid is subject to the "Cone of Silence" in accordance with FSA policy. During this period all questions /
communication will only be accepted in writing directly to the FSA Cooperative Purchasing Program Administrator. All
questions and communication and their associated responses will be posted to the FSA Cooperative Bid Award website.
39
3.0 CONTRACT CONDITIONS
INDEX
3.01 General Requirements for All Vehicles
3.02 Condition and Packaging
3.03 Production Cutoff
3.04 Determination of Award
3.05 Facilities
3.06 Substitutions
3.07 Collusion (2 nd Ref)
3.08 Option to Renew with Price Adjustment
3.09 VEBA -Sun downing
3.10 Amendments to Solicitation Documents
3.11 Additions and Deletions
3.12 Hybrids & other Alternative Fuel Vehicles
3.13 Police Rate Vehicles/Motorcycles (PPV)
3.14 Special Service Vehicles
3.15 Cab & Chassis Purchases
3.16 Factory Installed
3.17 Dealer/Vendor Installed Equipment
3.18 Bid Evaluation Criteria
3.19 Basis for Award
3.20 Bid Withdrawal
3.21 Zone Bidding
3.22 Pre-D,elivery Services
3.23 Non-Scheduled Options
3.24 Delivery Time
3.25 Vehicle Delivery
3.26 Order, Delivery and Liquidated Damages
3.27 Acceptance
3.28 Inspection, Acceptance and Title
3.29 Equitable Adjustment
3.30 Discounts
3.31 Invoicing and Payments
3.32 Payment
3.33 Warranty, Repairs and Service
3.34 Inadequate Services
3.35 FSA Administrative Fees for All Specifications Rev 2/16
3.36 Contracting Vendors' Quarterly Reports and FSA
Administrative Fee Submission Requirements Rev 2/16
3.37 Dealer Contact Information
3.38 Statement of Authority
40
3.01 GENERAL REQUIREMENTS FOR ALL VEHICLES
The requirements specified herein apply to ALL vehicles purchased under the terms and conditions of this contract. This
specification is not complete without the specific requirements described in the detailed specifications for the particular
vehicle to be purchased. In the event there is a conflict between the requirements of this specification and those of the
enclosed detailed specifications, the requirements as stated in the detailed specifications over and above the vehicle
standard equipment for the vehicle to be purchased shall apply.
Vendor/Dealers may offer demonstration vehicles that have never been titled, if acceptable to purchaser. These vehicles
are to include the original manufacturer's warranty and may include additional discounts. It is determined that Fire/EMS
related vehicles qualify as new/demonstrator vehicles if they comply with the above and are 2-3 model years from the
newest available year model and have no more than 24,000 miles on the odometer. Heavy equipment qualifies as
new/demonstrator equipment if they comply with the above and the engine hours do not exceed 1250 hours. This is not
applicable to sedans and light trucks.
3.02 CONDITION AND PACKAGING
It is understood and agreed that any item offered or shipped as a result of this bid shall be the latest new and current
model offered (most current production model at the time of this bid). If the production year has been exhausted any time
during the contract, vendor may offer the current production model at the time of the purchase at no extra cost. Exceptions
to this section include, but are not limited to: Changes to federal emissions standards resulting in additional production
costs.
3.03 PRODUCTION CUTOFF
Vendor shall notify the FSA Cooperative Purchasing Program Administrator, in writing, no less than sixty (60) calendar days
prior to the close of "Fleet Final Order Date". Reference Definitions, 1.08 (q) Balance Out.
Purchase Orders received by the Vendor ten (10) business days prior to the final order date must be accepted and entered
into the order system with the manufacturer. Purchase Orders issued and received after the cutoff date will be subject to
availability.
If a purchase order has been timely received by the Vendor and the manufacturer and the manufacturer fails to
produce/deliver the production year vehicle, the Vendor must provide the next year's equivalent model at current contract
prices.
Purchase Orders received by the Vendor after the cutoff date, the Vendor and manufacturer at their sole discretion may
choose to provide next year's model at current year's prices until the end of the contract term.
3.04 DETERMINATION OF AWARD
The FSA shall award the contract to the lowest and best bidder. In determining the lowest and best bidder, in addition to
price, there shall be considered the following:
• The ability, capacity and skill of the bidder to perform the Contract.
• Whether the bidder can perform the Contract within the time specified, without delay or interference.
• The character, integrity, reputation, judgment, experience and efficiency of the bidder.
• The quality of performance of previous contracts.
• The previous and existing compliance by the bidder with laws and ordinances relating to the Contract.
41
3.05 FACILITIES
The FSA reserves the right to inspect the bidder's facilities at any time with prior notice.
3.06 SUBSTITUTIONS
The FSA WILL NOT accept substitute shipments of any kind. Bidder(s} is expected to furnish the brand quoted in their bid
once awarded. Any substitute shipments will be returned at the bidder's expense.
3.07 COLLUSION
Dealerships and their representatives may submit multiple bids without conflict of "Collusion" as long as the bid submitted
is not from the same manufacture and product line. Dealerships which share the same ownership may submit multiple bids
also without conflict of collusion as long as the bidders are not in the same region, with the same manufacturer and product
line. Reference General Conditions 1.44 Collusion for extended definition.
3.08 OPTION TO RENEW WITH PRICE ADJUSTMENT
The contract could be extended for an additional two (2) years, on a year to year basis, if mutually agreed by upon both
parties. Prior to completion of each exercised contract term, the FSA may consider an adjustment to price due to increases
or decreases on the Consumer Price Index; but in no event will the prices be increased or decreased by a percentage
greater than the percentage change reflected in the Nationally published Consumer Price Index-Goods and Services,
computed 60 days prior to the anniversary date of the contract.
It is the vendor's responsibility to request any pricing adjustment under this provision. For any adjustment to commence on
the first day of any exercised option period, the vendor's request or adjustment should be submitted 60 days prior to
expiration of the then current contract term.
The vendor adjustment request must clearly substantiate the requested increase. If no adjustment request is received from
the vendor, the FSA will assume that the vendor has agreed that the optional term may be exercised without pricing
adjustment. Any adjustment request received after the commencement of a new option period will not be considered.
The FSA reserves the right to accept the renewal adjustment or to allow the contract to terminate and re-advertise for bids,
whichever is in the best interest of the FSA.
3.09 VEBA
The VEBA System is being replaced and VEBA is sun-downing with an estimated timeframe of Fall 2016. All references of
VEBA are replaced with FSA Cooperative Bid Award.
3.10 AMENDMENTS TO SOLICITATION DOCUMENTS
The FSA Cooperative Purchasing Program Administrator retains the right to issue amendments to the solicitation as
appropriate and necessary. Notice of any amendment will be posted on the FSA Cooperative Bid Award website. Bidders
are responsible for monitoring the FSA Cooperative Bid Award website for new or updated information concerning the bid.
3.11 ADDITIONS AND DELETIONS to the Bid Award
The FSA reserves the right to add or delete any items from this bid or resulting contract(s) when deemed to be in the best
interest of FSA and the participating eligible users.
42
The FSA reserves the right to add additional manufacturer lines and brands to the bid award as they become available and
are not in conflict with any already awarded dealer representing or competing with the same manufacturer and brands.
These Manufacturers/Dealers may be considered as additional providers of good and/or services to the contract after
having met all of the criteria necessary to be an approved vendor and their product or service meets the minimum
specifications of the original bid.
FSA reserves the right to remove, discontinue or suspend the sale or offering of any product or commodity within the bid
document or existing contract, at its discretion.
This decision to take action may be based upon and not limited to:
• Slow or No Sales
• Product Recalls and Other Safety Issues
• Dealer/Manufacturer Performance
• Lack of Relevance of Products/Commodities
If an FSA awarded dealer terminates a product line (Manufacturer or BrandL the dealer is required to notify the FSA
Cooperative Bid Coordinator within ten (10) business days of the decision not to retain the Manufacturer or Brand.
In the event a manufacturer reassigns the product line to an alternate dealer, the manufacturer and the dealer is required
immediately to notify the FSA in writing of the change within ten (10) business days confirming the reassignment. If the
vendor/dealer is not already an approved FSA vendor, the vendor is required to apply to the FSA to become an approved
vendor PRIOR to conducting any qualified sales. The dealer and the manufacturer are required to honor the contract
pricing and all of the applicable terms and conditions throughout the remaining term of the contract.
3.12 HYBRIDS and other ALTERNATIVE FUELED VEHICLES
The Florida Sheriffs Association and the Florida Association of Counties encourage the purchase of alternative fueled
vehicles. Bidders shall provide prices for any standard production, special productions, limited production or experimental
vehicles available from the vehicle manufacturer for any of the classes of vehicles specified in this bid. State the production
status of the vehicle and enclose any and all available literature and information for each specification bid.
3.13 POLICE RATED VEHICLES/MOTORCYCLES (PPV)
Vehicles in this category have been reviewed by one or more of the nationally recognized authorities on Police Vehicle
Testing Program/Evaluation. These vehicles were historically referred to as "Pursuit Rated".
These evaluations are not designed to recommend a particular product but to serve as a resource of information on
vehicles which are currently being offered for police service. To see the full detailed report click or copy the links below.
The importance with which each individual phase is weighted in these evaluations is a subjective decision which should be
made by each agency based upon that agency's needs.
For the pu rposes of this bid specification the following recognized authorities are as follows;
STATE OF MICHIGAN Department of State Police and
Department of Technology, Management and Budget
Police Vehicle Evaluation Program
http://www.michigan.gov!documents!msp!2016 MY Police Vehicle Evaluation Test Book 516080 7.pdf
43
Excerpt from the State of Michigan General introduction.
"We recommend you review the information contained in this report and then apply it to the needs of your agency.
This report is not an endorsement of products, but a means of learning what's available for your officers so they can do
their job effectively and safely. If anything in this report requires further explanation or clarification, please call or write."
LASD LAW ENFORCEMENT VEHICLE TEST AND EVALUATION PROGRAM
Vehicles: http://www.la-sheriff.org/s2/static content/srvc/documents/2016 Vehicle Test Booklet.pdf
Motorcycles: http://www.la-sheriff.org/s2/static content/srvc/documents/2016-Motorcycle-Test-Booklet.pdf
Preface from LASD Evaluation Report
The Los Angeles County Sheriff's Department first implemented its police vehicle testing program in 1974. Since that time,
our department has become nationally recognized as a major source of information relative to police vehicles and their use.
It is our goal to provide law enforcement agencies with the information they require to successfully evaluate those vehicles
currently being offered for police service. The Los Angeles County Sheriff's Department is proud to publish this information,
via the internet, to all law enforcement agencies. Since the inception of our vehicle testing program in 1974, we have
continually refined our efforts in this area in order to provide the law enforcement community with the most current
information available. During the 1997 model year testing, the Sheriff's department expanded its existing criteria to include
an urban or "city street" pursuit course. This course consists of multiple city block distances punctuated by the various
types of turns normally found in most inner city environments. The "city street" course is designed to simulate the
conditions encountered by most officers working in typical urban communities. The test is only conducted on vehicles
offered with a factory "Police Package". Since many law enforcement agencies buy "non-pursuit" vehicles, we also test
vehicles offered in a "Special Service" configuration when offered by the manufacturers. These vehicles are tested in a
similar fashion as "Police Package" vehicles however we do not subject them to the city street pursuit course. The booklet is
not intended as a recommendation for any specific vehicle contained within. The Sheriff's Department conducts the vehicle
testing program in order to accomplish two primary goals. To provide law enforcement agencies with the data necessary to
assist those in the vehicle selection process, and to provide the various vehicle manufacturers with the input necessary to
better meet the needs of law enforcement. We recognize the fact that individual agency needs can be influenced by cost,
operational considerations and other factors. Our testing process is designed to address the law enforcement officer's
operational requirements in terms of vehicle performance, vehicle safety, and comfort. Each test is designed and executed
to simulate actual field conditions as closely as possible. The vehicles being tested are driven on city streets and interstates,
as well as the performance track, by law enforcement personnel. The maneuvers duplicated during the electronic test
procedures are those encountered in actual patrol and emergency operations which the law enforcement officer may
encounter in the field. Interpretation of test results is the responsibility of each agency. The importance with which each
individual phase is weighted is a subjective decision which should be made by each agency based upon that agency's needs.
3.14 SPECIAL SERVICE VEHICLES (SSV):
Vehicles in this category, in some cases have been reviewed by one or more of the nationally recognized authorities on
Police Vehicle Testing Program/Evaluation (see Section 3.13, above). These vehicles are often referred to as "Special
Service Vehicle" and often used in Public Safety applications and other areas of government. Please refer to manufactures
published information for detailed information regarding these vehicles.
3.15 CAB AND CHASSIS PURCHASES
Cab and Chassis can be purchased from the dealer without any required additional fitting by the dealer. However, the
dealer upon sale of an incomplete chassis is not required to register/title the incomplete vehicle unless the up fitting is
completed by the dealer or the dealers licensed and certified up f)tter. If an agency chooses to up fit the chassis utilizing a
3'd party vendor and the work is outside of the scope of the purchase order issued to the dealer by the agency, then the 3'd
party vendor is liable to perform all the prerequisites of the state and issue the appropriate registration/title to the agency
upon completion of the work.
44
FSA highly recommends that all up fitting of cab and chassis be performed by vendors who are licensed/certified to perform
such work to avoid unnecessary exposure to any possible future liability as a result of the up fitting. Reference F.S.
319.21(2)
3.16 FACTORY INSTALLED
Aftermarket parts, modifications and factory produced parts and Gomponents ordered as parts and installed by the dealer,
or a Vendor, do not meet the requirements of "Factory Installed" components, and will be rejected for noncompliance with
the requirements of the specification.
In the event a component(s) that does not meet the specifications is found to be installed on a vehicle before or after the
vehicle has been accepted by the customer, the Vendor shall be required to replace the vehicle with a vehicle that meets
the required specifications, INCLUDING ALL FACTORY INSTALLED COMPONENTS. In the alternative, the customer shall
decide whether they will accept dealer installed components.
• All specified as "factory installed" is to be installed on the vehicle at the primary site of assembly and is to be the
manufacturer's standard assembly-line product. No aftermarket and no dealer installed equipment will be accepted as
"factory installed". Vendors found supplying aftermarket or dealer installed equipment where "factory installed" are
specified may be required to retrieve all vehicles delivered and reorder new vehicles meeting the specifications.
• ALL factory ordered options are to be "OEM and factory installed" unless otherwise noted by the awarded dealer
and acknowledged in writing by both the dealer and the customer. Verbal agreements will not be recognized; if any
exception to the delivered product is taken be the dealer or the customer.
3.17 DEALER/VENDOR INSTALLED EQUIPMENT
All dealer installed accessories (roll bar, trailer hitch, etc.) shall be installed according to the manufacturer's specifications.
All such accessories must be manufactured by a recognized manufacturer of the product provided, unless the accessory is
not available from a recognized manufacturer. Dealer is required to disclose "Make/Model" of product being offered and
the location, design, and model must be approved by the customer prior to installation. Dealer must also disclose the
warranty of any item that less than or exceeds factory vehicle factory warranty coverage.
An awarded Vendor that employs or subcontracts technicians to install emergency equipment on vehicles purchased on this
contract are required to utilize technicians that are certified in Law Enforcement Vehicle Installation through EVT
Certification Commission, Inc. or an approved equivalent.
The Florida Sheriffs' Association Cooperative Purchasing Program Administrator may at any time during the contract period
request proof of the required certification.
Any awarded Vendor that violates this provision will be considered in default of the contract. The contract may then be
terminated upon ten day written notice of said violation.
3.18 BID EVALUATION CRITERIA
Eligible responsive bids will be evaluated to determine if all contract bid requirements are met. Bids that do not meet all
contract requirements of this solicitation or fail to provide all required information, documents, or materials may be
rejected as nonresponsive.
45
Bidder must have the necessary facilities, personnel and expertise, and must be prepared, if requested by the FSA
Cooperative Purchasing Program Administrator, to present evidence of such experience, including evidence of EVT certified
technicians to perform installation of emergency lighting for applicable specifications.
The FSA Cooperative Purchasing Program Administrator reserves the right to investigate or inspect at any time during the
bid award process and the contract period as to, whether the product, qualifications, or facilities offered by Bidder meet
the contract requirements.
Bidders whose bids, past performance, or current status do not reflect the capability, integrity or reliability to fully and in
good faith perform the requirements of the contract may be rejected as non-responsive. In determining past performance,
the FSA Cooperative Purchasing Program Administrator will give strong consideration to the nature and number of
complaints received from Customers regarding a previously awarded dealer. The FSA Cooperative Purchasing Program
Administrator may use discretion in determining which bids meet the contract requirements of this solicitation, and which
respondents are responsive and responsible.
The FSA Cooperative Purchasing Program Administrator may use discretion in accepting or rejecting any and all bids, or
separable portions thereof, and to waive any minor irregularity, technicality, or omission if determined that doing so will
serve the best interest of the local government agencies of the State of Florida. The FSA Cooperative Purchasing Program
Administrator may reject any responses not submitted in the manner specified by solicitation documents
3.19 BASIS FOR AWARD
The FSA Cooperative Purchasing Program Administrator shall award the bid to the lowest and best responsive bidder by
specification, by manufacturer and by zone to bidders who have met the qualifications based on facilities, financial
resources, and can demonstrate their ability to perform the work in a satisfactory manner.
Bidders, who routinely demonstrate significant deficiencies in providing excellent customer service during the contract
period prior to the issuance of this bid, may have their bid rejected or limited to the number of regions they can be
awarded in this bid cycle. For purpose of this contract the term "significant" as determined by the Florida Sheriffs
Association. In cases where the manufacturer is the core of the issue then the dealer must provide evidence of timely
communication to the complainant and the FSA.
Bidders are hereby advised that the FSA Cooperative Purchasing Program Administrator may use discretion in rejecting any
bid proposal not considered to be competitive in nature based on the best pricing information available.
The FSA Cooperative Purchasing Program Administrator may use discretion in rejecting any or all bids, in whole or in part,
and/or make or limit awards either as individual items or as a total combined bid, whichever they consider to be in the best
interest of the local governmental agencies of the State of Florida, and to waive any informality in any proposal.
The add options in the bid shall be for informational purposes only and will not serve as a basis for bid protest. Reference:
Bidder Instructions, Section 2.19 Option Pricing, for additional criteria.
3.20 BID WITHDRAWAL
Bidder warrants by virtue of bidding the prices quoted in their bid response will be good for an evaluation period of sixty
{60} calendar days from the date of bid opening unless otherwise stated. Bidders will only be allowed to withdraw their bids
after the opening time and date at the discretion of the FSA Cooperative Purchasing Program Administrator and in the best
interest of FSA.
46
3.21 ZONE BIDDING
Bidders are allowed to condition their bid for award in one or more geographic zones depicted on the zone map included.
(Addendum A) A Space is provided for bidder to indicate zone bidding. Absence of any indication to the contrary, ALL bids
will be considered statewide.
3.22 PRE-DELIVERY SERVICES
Bidder's attention is directed to the pre-delivery service requirements as detailed. To assure proper pre-delivery service,
the Vendor shall provide, at time of delivery, a completed copy of the manufacturer's standard retail sale pre-delivery
inspection form (examples are listed below).
o CHRYSLER NEW PREPARATION, INSPECTION AND ROAD TEST
o FORD PRE-DELIVERY SERVICE RECORD
o GM NEW VEHICLE INSPECTION PROCEDURE
(Or manufacturer's latest pre-delivery form)
3.23 NON-SCHEDULED OPTIONS
FSA endeavors to include many non-scheduled options, factory and aftermarket, in the bid document. However, it should
be understood that this category is enormous in capacity and not feasible for complete listing.
Should an agency request a non-scheduled option, not included in the contract, the awarded vendor may provide this non-
scheduled option. The agency has the opportunity to request the vendor's demonstration of discount pricing for any non-
scheduled option during the quote process. At no time should the non-scheduled option exceed MSRP or Published Price.
Non-scheduled options should be listed as a separate line item and noted as such on the purchase order, with prices. All
non-scheduled options are covered under these terms and conditions.
3.24 DELIVERY TIME
Vendors shall specify on the attached Bid Form, the estimated delivery time (in calendar days) for each item. Agency should
consult the vendor regarding vehicle production schedules that may. be available on-line.
Delivery time may become a basis for making an award. Delivery shall be within the normal working hours of the user,
Monday through Friday, excluding holidays.
3.25 VEHICLE DELIVERY
The successful bidder shall be responsible for delivering vehicles that are properly serviced, clean, and in first class
operating condition. Pre-delivery service, at a minimum, shall include the following:
• Standard Dealer and Manufacturer protocol for new vehicle delivery plus;
• Cleaning of vehicle, if necessary, and removal of all unnecessary tags, stickers, papers, etc. DO NOT remove window
price sticker or supplied line sheet;
• Speedometer must be correct regardless of the tires provided by the vehicle manufacturer or axle ratio furnished;
• Owner's manual and warranty manual to accompany each vehicle;
47
• Manufacturer's suggested retail price list sheet (window sticker) form MUST be in the vehicle when it is delivered to
the purchasing agency. Vehicles that are missing this form, or have forms that have been altered, will not be
accepted.
3.26 ORDER, DELIVERY AND LIQUIDATED DAMAGES
A. Order
1) Eligible customers shall issue a purchase order to the Vendor, and such purchase order shall bear the contract or
bid number, specification number, customer's federal identification number and contact information (phone
number and email address) shall be placed by the customer directly with the Vendor, and shall be deemed to
incorporate the contract solicitation terms and conditions. Required delivery or due dates should be discussed
with the dealer at the time of the quote. It is important to note that dealers do not have ANY control over
production delays in schedules from the manufacturer.
While it is recommended that an agency purchase from the "zone" which is closest to their location, it is not
mandatory to do so, when the agency needs determine an alternative vendor in another zone, is a better fit.
Vehicles purchased from vendors awarded in the Police, Administrative, Utility Vehicles, Trucks & Vans contract
(FSAXX-VELXX.X), outside an awarded zone may, upon mutual agreement between the vendor and the purchaser,
charge an "Out-of-Zone" fee.
2) Purchasing agency is required to forward an executed copy of the purchase order to the Florida Sheriffs
Association, Cooperative Bid Coordinator (by email, fax or hard copy) at the same time the purchase order is
released to the Vendor.
3) If a Vendor receives a purchase order for a specification for which they were not awarded, the Vendor must notify
the customer and return the purchase order to the customer within three (3) business days.
4) All vehicles ordered prior to manufacturer's close of production and in accordance with the contract shall be
supplied in the manufacturer's next model run of that class vehicle even if it requires supplying a later model at the
original bid prices.
5) Vendor shall place order with manufacturer within ten (10) business days after receipt of purchase order. Vendor
shall assure that all orders are placed in full compliance with the specifications and purchase order.
6) It is the Vendor's responsibility to insure that the vehicle ordered by the customer is fully compatible with all
ordered options and that the vehicle complies with all applicable manufacturer and industry standards. The
Vendor's acceptance of a customer's order will indicate that the Vendor agrees to deliver a vehicle that will be fully
compatible with all of its options.
7) Any changes that are required to bring a vehicle into compliance with its various options due to an incorrect order
will be accomplished at the Vendor's expense.
8) A "Confirmation of Order" form shall be completed and returned to the customer placing order(s) against this
contract, (a sample copy of the confirmation form is included) within fourteen (14) calendar days after receipt of
purchase order without prompting or notification by the customer. (Refer to Addendum "C")
Any additional information needed to complete this form should be obtained by contacting the customer. The
form may be modified to accommodate each customer individually as necessary.
48
B. Delivery
1) Vendor shall complete delivery of the vehicle to the customer within fourteen (14) calendar days after receipt of
the vehicle(s) from the manufacturer or equipment supplier. Vehicles originating as an incomplete vehicle would
be exempt.
2) Receipt of a vehicle by the Vendor is defined as acceptance of the vehicle(s) from a common carrier at the
Vendor's place of business or any third party's place of business.
3) Deliveries of less than 350 miles may be accomplished by driving the vehicle. Any delivery accomplished by driving
the vehicle must be supervised and the driver must comply with manufacturer's break-in requirements and all
applicable traffic laws and ordinances. Any delivery accomplished by driving a police rated vehicle must use an
"OUT OF SERVICE" cover on light bars. All deliveries in excess of 350 miles shall be made by transport, or otherwise
approved by the purchasing agency. Incomplete vehicles would be exempt.
4) At the purchaser's option, a vehicle with more than 350 odometer miles may be rejected or $0.51 cents per mile in
excess of 350 miles may be deducted from the invoice, unless previously approved by the purchasing agency. This
requirement also applies to redelivery of vehicles which were rejected upon delivery.
5) Warranty Start Date -If the purchaser needs to reset the warranty start date because of an extended delivery
date, they must do so by contacting the dealer in writing. Incomplete vehicles or vehicles delivered to an up fitter
would not qualify for a revised start date unless the vehicle is in the control of the dealer during the up fit. In any
event, all warranties shall begin at the time of delivery and final acceptance by the purchaser.
ti) All bids are F.O.B. to the agency. If the dealer, at the request of the purchasing agency delivers vehicles or
equipment to an alternate location other than home base and is outside the scope of the purchase order, this will
conclude the dealer's responsibility for delivery. Any exception is invalid unless the agreement, quote, purchase
order, or other written document states otherwise.
7) Vendor shall notify agency personnel designated on purchase order no less than 24 hours prior to delivery during
mutually agreeable dates and times. Transport deliveries must be unloaded and inspected by receiving agency.
Deliveries not complying with these requirements may be rejected and will have to be redelivered at Vendor's
expense.
8) All vehicles must contain no less than 1/4 tank of fuel as indicated by fuel gauge at time of delivery, except for
vehicles and equipment with tanks over thirty five (35) gallons in capacity, which must contain a minimum of ten
(10) gallons of fuel.
C. Liquidated Damages
1) Should the Vendor fail to comply with the requirements in Section 3.26.B.6 above, the agency may invoke
liquidated damages of $20.00 per day per unit for each day beyond the specified delivery requirements.
2) Force Majeure. Liquidated damages shall not be assessed for a delay resulting from the Vendor's failure to comply
with delivery requirements if neither the fault nor the negligence of the Vendor or its employees contributed to
the delay and the delay is due directly to acts of God, wars, acts of public enemies, strikes, fires, floods, or other
similar cause wholly beyond the Vendor's control, or for any of the foregoing that Sub-Vendors or suppliers if no
alternate source of supply is available to the Vendor. In case of any delay the Vendor believes is excusable, they
shall notify the customer in writing of the delay or potential delay and describe the cause of the delay either (1)
within ten (10) days after the cause that creates or will create the delay first arose,
49
3) If the vendor could reasonably foresee ~hat a delay could occur as a result, or if delay is not reasonably
foreseeable, within five (5) days after the date the vendor first had reason to believe that a delay could result. The
foregoing shall constitute the Vendor's sole remedy or excuse with respect to delay.
3.27 ACCEPTANCE
It is the purchaser's responsibility to thoroughly inspect each vehicle prior to acceptance. Copies of the bid specifications
and purchase order for the vehicle will be delivered with the vehicle. Purchasers are to inspect the vehicle and compare bid
specifications, purchase order and manufacturer's window sticker or manufacturer's invoice to ensure vehicle meets or
exceeds the requirements of the technical bid specifications and purchase order. Purchasers are to inspect the vehicle for
physical damage ..
Delivery of a vehicle to a customer does not constitute acceptance for the purpose of payment. Final acceptance and
authorization of payment shall be given only after a thorough inspection indicates that the vehicle meets contract
specifications and the requirements listed below.
Should the delivered vehicle differ in any respect from specifications, payment will be withheld until such time as the
Vendor completes the necessary corrective action. Units shall be delivered with each of the following documents
completed/included:
a. Copy of "Customer's Purchase Order"
b. Copy of the applicable "Vehicle Specification"
c. Copy of "Manufacturer's Invoice" or "Window Sticker". Copy of manufacturer's invoice if vehicle model is not
delivered with a window sticker. Prices may be deleted from manufacturer's invoice.
d. Copy of "Pre-Delivery Service Report"
e. "Warranty Certification"
f. Owner's manual
g. DHSMV 82040, "Application for Certificate of Title and/or Vehicle Registration" (for signature of authorized
representative). This document will not be included if the Vendor/dealer is providing the tag and title.
Deliveries that do not include the above forms and publications will be considered and incomplete and will be refused.
3.28 INSPECTION, ACCEPTANCE & TITLE
Inspection and acceptance will be at destination unless otherwise provided. Title t%r risk of loss or damage to all items
shall be the responsibility of the successful bidder until acceptance by the buyer unless loss or damage result from
negligence by the buyer. Reference: 3.31 Invoicing and Payments
It is the expressed responsibility of the purchaser to inspect a vehicle within 3 business days after acceptance for any
damages. When the vehicle requires delivery to an alternate location, other than that of the agency, for further
modification or up-fitting, will not preclude the 3 day requirement for inspection. If the materials or services supplied to the
FSA are found to be defective or not conform to specifications, the FSA reserves the right to cancel the order upon written
notice to the seller and return product at bidder's expense.
3.29 EQUITABLE ADJUSTMENT
The FSA Cooperative Purchasing Program Administrator may make an equitable adjustment in the contract terms or pricing
in the contract at its discretion. Adjustments to pricing may occur for various reasons, such as pricing or availability of
supply (i.e. material surcharge) is affected by extreme and unforeseen volatility in the marketplace, that is, by
50
circumstances that satisfy all the following criteria: (1) the volatility is due to causes wholly beyond the Vendor's control, (2)
the volatility affects the marketplace or industry, not just the particular contract source of supply, (3) the effect on pricing
or availability of supply is substantial, and (4) the volatility so affects the Vendor that continued performance of the
contract would result in a substantial loss.
When requesting an adjustment, including but not limited to price increases, the following must be submitted to the FSA
Cooperative Purchasing Program Administrator:
• A letter of request from the Vendor, including the specification number and model listed in the contract, along
with the requested changes;
• When requested adjustment is based on production cutoff of a currently listed model, a letter of affirmation from
the manufacturer;
• When requested adjustment includes model changes, manufacturer's documentation of items included in the
proposed model in order to determine that the proposed model meets the base specification;
• Currently published MSRP Listing
3.30 DISCOUNTS
Discounts must be a whole, positive percentage with no decimal place (%; e.g. 10%). Discount ranges are not acceptable.
Discounts shall be below Manufacturers Standard Retail Pricing (MSRP) or manufacturers published price for any vehicle,
equipment and factory add options.
The dealer has the authority to offer additional discounts based on quantity, as well as additional manufacturer/dealer
discounts.
3.31 INVOICING AND PAYMENTS
Invoicing and payments shall be the responsibility of the Vendor and customer placing orders against this contract. Vendors
must invoice each customer independently from the Florida Sheriffs Association, the Florida Association of Counties and the
Florida Fire Chiefs Association for vehicle(s) purchased from this contract.
The Vendor shall be paid upon submission of properly certified invoices to the purchaser at the prices stipulated on the
contract at the time the order is placed, after delivery and acceptance of goods. Upon receipt of goods, a customer has
three (3) working days to inspect and approve the goods and services. The Local Government Prompt Payment Act (as
stated in Sections 218.70-218.80, Florida Statutes); will apply to ensure timely payment of Vendor invoices.
The invoice(s) shall indicate the following but is not limited to these requirements:
Shipping location, purchase order number, contract number, quantity shipped, price, date, make, model and serial number
of vehicle(s).
3.32 PAYMENT
Invoices for payment will be submitted by the agency after the items awarded to a vendor have been received, inspected,
and found to comply with award specifications, free of damage or defect and properly invoiced.
3.33 WARRANTY, REPAIRS AND SERVICE
Failure by any manufacturer's authorized representative to render proper warranty service/ adjustments, including
providing a copy of the warranty work order to the customer, shall subject that representative and the Vendor to
51
suspension from the approved vendor listing until satisfactory evidence of correction is presented to the FSA Cooperative
Purchasing Program Administrator.
3.34 INADEQUATE SERVICE
When equipment requires service or adjustments upon delivery, the Vendor shall either remedy the defect, or be
responsible for reimbursing the manufacturer's local authorized dealer, or others, to remedy the defect. Such service or
adjustments shall be initiated by the Vendor within forty-eight (48) hours (not including weekends and holidays) after
notification by a customer. Delivery will not be considered complete until all service and/or adjustments are satisfactory
and the equipment redelivered.
The provisions of the delivery paragraph shall remain in effect until the redelivery is accomplished. The cost of any
transportation required shall be the responsibility of the Vendor until the equipment is satisfactory and accepted by the
customer.
3.35 FSA ADMINISTRATIVE FEES FOR ALL SPECIFICATIONS rev 2/16
Dealers are to include a three quarters of one percent (.0075) FSA Administrative Fee to their base bid prices, at the time of
bid submission. This FSA Fee should also be included in all additional equipment items (add options) and should not be
indicated as a separate line item on any purchase order. Cross-reference: Prices Quoted -2.18
FSA Administrative Fees are based on the total purchase order amount of the new vehicle or equipment, excluding trade-
ins. Trade-ins, extended warranties and other exchanges will not reduce or impact the FSA Fee calculation. No other
administrative feels) will be applicable to any transaction relative to the contract.
Trade-In Example for F5A Fee:
*Vehicle Equipment Total: $25,000.00 *This Amount Used to Calculate FSA Administrative Fee
Less Trade-In Allowance: -$2,000.00 Not Considered in Calculation
Purchase Order Total: $23,000.00 Not Considered in Calculation
3.36 CONTRACTING VENDORS' QUARTERLY REPORTS AND FSA ADMINISTRATIVE FEE SUBMISSION REQUIREMENTS REVo2/16
A. Purchase Order Copies:
• Due upon receipt by the dealer and are considered late within five (5) business days.
• Scan a complete copy of the purchase order as a .pdf, naming the document in the example file name format.
Examples:
County=Florida County, County of PO 12345
City=Florida City, City of PO 12345
5heriff=Sheriff Agency of PO 12345
Education= Institution Name P012345
ABC County BCC PO 12345
ABC, City of PO 12345
ABC County SO PO 12345
ABC County College PO 12345
• Place the follOWing in the subject line of the e-mail: Example: PDF Document Title. Forward purchase order copy by
email to COOP@flsheriffs.org .
B. Quarterly Activity Reports:
• Quarterly Activity Reports are due quarterly (see schedule below) no later than the 20th of the month following
the end of the quarter and should be sent by email to COOP@flsheriffs.org . See Addendum "D"
52
• All awarded Vendors MUST file a signed and dated quarterly activity report with their fee submission. Should there
be no activity during a given quarter, Vendor is required to submit a quarterly activity report, and must indicate
"NO SALES THIS QUARTER" on the report.
Schedule: October 1-December 31
April 1-June 30
January 1-March 31
July 1-September 30
• No copies of purchase orders are necessary for the quarterly report. They should already be on file pursuant to
Purchase order copies section A above.
• Quarterly Activity Reports must be complete with the name of the dealer and the date: Example Spomot Motors,
October 30, 2016 in the document header. It is no longer necessary to indicate the quarter on the top of the
report, as it is included on the report.
• Checks for the FSA Administrative Fee should be received by the FSA no later than the 15 th of the month following
the close of the quarter. Ref Sect!on 3.35 above.
• Quarterly Activity Reports which do not adhere to the required format and/or not supported by complete, legible
copies of all purchase orders in their entirety, previously submitted, pursuant to Purchase order copies to FSA,
section 3.36 (A) above, will be returned to the reporting dealership for correction of cited deficiencies.
After receipt of payment from contract purchases, all administrative fees shall be payable by the Vendor to the FSA no later
than 15 days after the end of each quarter. All fees payable to the FSA during any given quarter will be accompanied and
supported by a detailed Quarterly Activity Report as defined above. By submission of these Quarterly Activity Reports and
corresponding fee submissions, the Vendor is certifying the accuracy of such reports and deposits. All reports and fee
submissions shall be subject to audit by the FSA or their designee.
Vendors failing to submit FSA Administrative Fees and Quarterly Activity Reports will incur a $25 per day late fee for every
day that fees and reports are past due, beginning on the eleventh (21st) day of the month following the end of the quarter.
Ref General Conditions Section 1.48 Non-Performance: Schedule of Fines
Such late fees are to be included in Vendor's Administrative Fee submission; however, any applicable late fees that are not
included in the Administrative Fee submission will be returned to the Vendor as an incomplete report. Late fees that are
outstanding more than 45 days can result in disqualification as a bidder in future years' solicitation.
There will not be reminders concerning the Quarterly Activity Reports or the Administrative Fee sent by FSA. The quarterly
activity report and administrative fees are the contractual responsibility of each Awarded Vendor. All participating Vendors
will be responsible for making sure that the FSA Cooperative Purchasing Program Administrator has the correct contact e-
mail address for the person responsible for all quarterly reports. This information must be submitted to the FSA
Cooperative Bid Coordinator at COOP@flsheriffs.org .
Failure to submit Administrative Fees with accompanying Quarterly Activity Reports within 30 calendar days following the
end of each quarter will result in the dealer being found in default. All re-procurement cost may be charged against the
defaulting dealer and may result in immediate cancellation of your contract and removal from the vendor list.
53
Sample Quarterly Report:
[INSERT DEALERSHIP NAME HERE] (k1,-wt T.sb-~EdKl
QUARTERLY REPORT for BID # [Enter Bid Number]
Effective Dates: Oct. 1,2015 thru September 30,2016
Qct4j~iri'!~;;D~IDll.~f~n'( $t.Qiilift~I~;i;:,~~'::i~;'i':t;:~:;(}[':{,;;~;;~f,li~~!~~)~;0::i~i;~'\(~;;\~,5l~'1?~(,;ri::~'i/~.. ;.;::~~!:i.i':.::./'; :. i.'!;·~:. • ~~:t5if~~['i::g;";;{:?~, ~~i~;Iii~:V':j
Total PO
Name of Purchasing Agency PO# Qty. Spec.# Vehicle Type PO Date Amount Admin. Fee
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
Page Total $$
Reports are due no later than the 15th of the month follol'lingquarter end. Fees are due by the 20tl! of the month following quarter end.
3.37 DEALER CONTACT INFORMATION
The Awarded Vendor/Dealer will maintain correct contact information with FSA at all times. If a change occurs during any
given period of a contract, FSA must be advised and a Florida Sheriffs Association Vendor Change Document completed,
signed by an authorized representative of the Vendor/Dealer company and submitted via e-mail though
FLEET@flsheriffs.org. {Refer to Addendum "Bill
Request a copy of the Vendor Change Document from the FSA Bid Coordinator when necessary.
54
3.38 STATEMENT OF AUTHORITY
Each person signing the Contract warrants that he/she is duly authorized to do so and to bind the respective party to the
Contract.
55
Addendum A
FSA CONTRACT ZONE MAP
WESTERN
WESTERN
BAY
CALHOUN
DIXIE
FSCAMBIA
FRANKliN
GADSDEN
GULF
HOLMES
JACKSON
JIlFFERSON
LAFAYlITTE
LEON
UBERTY
MADISON
OKALOOSA
SAN"tAROSA
TAYLOR
WALTON
WAKULLA
WASHINGTON
CENTRAL
BREVARD
CITRUS
DESOTO
HARDEE
HERNANDO
HIGHLANDS
HILLSBOROUGH
INDIAN RIVER
LAKE
MANATEE
OKEECHOBEE
ORANGE
OSCEOLA
PASCO
PINELLAS
POLK
ST. LUCIE
SARASOTA
SEMINOLE
SUMTER
NORTHERN
ALACHUA
BAKER
BRADFORD
CLAY
COLUMBIA
DUVAL
FLAGLER
GILCHRIST
HAMILTON
LEVY
MARION
NASSAU
PUTNAM
ST. JOHNS
SUWANEE
UNION
VOLUSIA
SOUfHERN
BROWARD
CHARLOTTE
COLLIER
GLADES
HENDRY
LEE
iMARTIN
MIAMI-DADE
MONROE
PAU,l BEACH
CENTRAL
56
NORTHERN
Addendum B
Florida Sheriffs Association
Cooperative Purchasing Program
Vendor Change Document
Please complete this form to validate a requested ehanoe to Company Addresses, Contacts or Contact In/ormation below.
Include all sections whe,. Information has changed, old and new.
FSA Contract Number(s) affected by change:
Old In/ormation New In/ormation
Old Company Name: New Company Name:
Old Company Address: New Company Address:
Old Company City: New Company C~y:
Old Company Slate: New Company State:
Old COmpany Zip: New Company Zip:
Old Contact In/ormation New Contact In/ormation
Old COntact Name (First, last): New Contact Name (First, last):
Old Contact E·Mall: New Contact E-Mail:
Old COntact Office Phone: New Contact Office Phone:
Old COntact Mobile Phone: New Contact Mobile Phone:
Old Contact Fax Phone: New Contact Fax Phone:
This information is requested by an authorized representative of _______________ '
this reques! will take effect as soon as It Is reeeived by FSA bye-mailing to coop@flsheriffs.org.
Name of Authorized Company Representative __________________ _
Job Tide, __________ _ Date of Request ___________ _
AuthorlzedCompanv Representative Signature: ____________________ _
FSA OffleeUse:
Date Received: Change Effective: FSAAgent:
57
Addendum C
CONFIRMATION OF ORDER I
Florida Sheriffs Association
Cooperative Purchasing Programs
Bid No. XXXXXXXXX
Dealers are to complete and return thfs confirmation oj order Jorm by JQX or mall to the following location listed
below within Jourteen (1.4) calendar days after receipt oj purchase order.
TO BE COMPLETED BY DEALERSHIP:
Dealership: ______________________________ _
Address: _______________________________ _
City:>--___________ _____'State: ________ --iZlp: _______ _
ContactPerson: _______________________ -------
PhoneNumber:, __________________________ ~Fax: ____________________________ ___
Specification No., _______ Type Vehicie __________________ _
Purchase Order Number: __________ --'Date Purchase Order Received: ______ _
Date Order Placed with the Manufacturer: _____ Mfr. Production Number: _______ _
Delivery should occur within estimated calendar days after receipt of Purchase Order. A Copy of the
Required Production Sheet(s) are Attached for Your Files.
Commen~: ____________________________________________________________ _
Agen~:, __________________________________________________________ _
Contact Person: __________________________________________________________ __
Address:, __________________________________________________ ___
City:'--______________________ ~State:, _______________ __'Zip: ____________ _
Phone Number:'--__________________ ,Fax: __________________ _
E-mail: _____________________________________________________ _
58
ATTACHMENT A
CONTRACT FOR POLICE RATED, ADMINISTRATIVE, UTILITY VEHICLES,
TRUCKS & VANS
CONTRACT PRICE AND QUOTATION
Thomas F. Pepe -01-11-16
Page 5 of5
62
Name of Dealership
FA~
FLORIDA
ASSOCIATION OF
COUNTIES
All About Florida
FLORIDA SHERIFFS ASSOCIATION
& FLORIDA ASSOCIATION OF COUNTIES
Type of Vehicle Zone
FORD INTERCEPTOR POLICE RATED SEDAN -A WD (Specification #04)
HUB CITY FORD 2017 Ford Interceptor (P2M) * Western
HUB CITY FORD 20 17 Ford Interceptor (P2M) * Northern
HUB CITY FORD 2017 Ford Interceptor (P2M) * Central
HUB CITY FORD 2017 Ford Interceptor (P2M) * Southern
Base Unit
Price
$23,039.00
$23,039.00
$23,139.00
$23,239.00
E\~
< FLORIDA
ASSOCIATION OF
COUNTIES -All About Florida
FLORIDA SHERIFFS ASSOCIATION
& FLORIDA ASSOCIATION OF COUNTIES
FORD INTERCEPTOR POLICE RATED SEDAN -A WD
SPECIFICATION #4
2017 Ford Interceptor (P2M)
Listed above you will find the model number of the vehicle that is
being requested for the Police Rated Full Size Sedan -AWD. At a
minimum, the following items will be factory installed on the base
vehicle to meet the model number and build codes of the vehicles
listed. Please refer to the Emergency Vehicle Lighting Specifications
for lightbar descriptions and the awarded dealer pricing.
Ford Interceptor (P2M)
Code
P2M
21D
R
W
500A
99K
44J
62T
153
77b
Description
Ford Intercepter Police Rated Sedan
Driver's Side (Left Hand) Spotlight
Seat Trim, Cloth Front Rear Vinyl
Black Interior
Equipment Group
3.7L V-6 Ti-VCT
6-SPD Transmission
Ignition Control Trunk Release
Front License Bracket
Factory Back-up Camera
Disclosure: The Florida Sheriffs Association working in conjunction
with manufacturers, dealers and distributors of vehicles/equipment
does their best to ensure Model names, numbers and codes represent
the latest information available at the time the bid documents are
prepared. However, do to the nature of the business, it is
recommended that you confirm this information with your dealer
representative at the time you are requesting a confirming quote.
FA~
FLORIDA
ASSOCIATION OF
COUNTIES -All Abou! Florida
FLORIDA SHERIFFS ASSOCIATION
& FLORIDA ASSOCIATION OF COUNTIES
FORD INTERCEPTOR POLICE RATED SEDAN -A WD
SPECIFICATION #4
2017 Ford Interceptor (P2M)
The Ford Interceptor (P2M) 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: $23,039.00
* Northem
$23,039.00
* Central
$23,139.00
* Southern
$23,239.00
While the Florida Sheriffs Association and Florida Association of Counties have attempted to identity 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 addecj. 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.
VEHICLE:
DEALER:
ZONE:
BASE PRICE:
Order Code
D-21D 1
153 1
Order Code
PS-BS 1
99T 1
65E 1
65C 1
62D 1
97T 1
20P 1
21P 1
510 1
TAT 1
SVAT 1
MAO 1
RBP 1
171 1
88C 1
97D 1
59B 1
60P 1
HAVIS 1
12P 1
Interceptor (P2M)
HUB CITY FORD HUB CITY FORD HUB CITY FORD HUB CITY FORD
* Western *Northern *Central * Southern
$23,039.00
Delete Options
Driver's Side Spotlight
Front License Bracket
Add Options
Priority start/battery saver
Factory remote engine start
$23,039.00
3.5 V6 Ecoboost Engine Upgrade
Ballistic door panels -driver front door
Ballistic door panels -driver and passenger front doors
Electronics tray (w/o fan)
Trunk circulation fan (mounted on package tray)
Noise suppression bonds
$23,139.00
Right-hand pillar mounted 6" spotlight with ear halogen bulb, factory installed
$23,239.00
Hole in roof!' (drilled on centerline of roof panel approx. 29" rearward of windshield opening)
Hole in roof!' (drilled on passenger side of roof panel approx. 29" rearward of windshield opening
& approx. 6" inboard from passenger side door)
Wiring -grille lamps & speaker
Wiring -auxiliary speaker
Wiring -coaxial radio antenna
Wiring -horn/siren circuit
Wiring -ignition and main power supply
Tremco anti-theft -foot activated, dealer installed
SafeStop vehicle anti-theft -key activated or emergency lights activated, plug-&-play for most
Ford and Chevy fleet vehicles, dealer installed in 20 minutes or less
Wiring -roof wires
Rechargeable mag light
Ready Buckle Prisoner Restraint Seat Belt System
Carpet floor covering, front & rear
2nd row cloth seats
Rear console plate
Perimeter anti-theft alarm
Remote keyless entry
Full floor console with unique police finish panels, Dealer installed -please specify
Police Interior Upgrade Package -Cloth rear-seats; Floor mats, front and rear; 1st and 2nd Row
Carpet Floor Covering; Full floor console with unique police finish panels; Rear Grab Handles
w/Coat Hook (Note: Not available with the following options: 854, 855, 856, 857, 97D)
All Zones
$100.00 1
Nd
All Zones
$295.00 1
NA
1 $3,049.00
1 $1,594.00
1 $3,094.00
$284.00 1
$99.00 1
$94.00 1
$169.00 1
NA
NA
$49.00 1
NA
NA
NA
NA
$295.00 1
$295.00 1
NA
$179.00 1
$179.00 1
$124.00 1
$59.00 1
$34.00 1
$119.00 1
$254.00 1
$596.00 1
$379.00 1
VEHICLE:
DEALER:
ZONE:
BASE PRICE:
661 1
662 1
663 1
855 1
856 1
857 1
Interceptor (P2M)
HUB CITY FORD HUB CITY FORD HUB CITY FORD HUB CITY FORD * Western * Northern * Central * Southern
$23,039.00 $23,039.00 $23,139.00 $23,239.00
Front Headlamp I Police Interceptor Housing Only -Pre-drilled hole for side marker police use,
does not include LED installed lights (eliminates need to drill housing assemblies); Pre-molded
side warning LED holes with standard twist lock sealed capability (does not include LED installed
lights) (Note: Not available with options 661 and 856)
Front Headlamp Lighting Solution -Base projector beam headlamp plus two (2) multi-function
Park/Turn/Warn (PTW) bulbs for Wigwag simulation, and two (2) white hemispheric lighthead
LED side warning lights. Wiring, LED lights included. Controller "not" included (Note: Included
with option 856; Requires Pre-Wiring for grille LED lights, siren and speaker -51G)
Tail Lamp Lighting Solution -Includes base LED lights, plus two (2) rear integrated hemispheric
red lighthead LED side warning lights in taillamps; LED lights only. Wiring, controller "not"
included (Note: Included with option 856 ,
Rear Lighting Solution -Includes two (2) backlit flashing linear high-intensity LED lights (driver
side red / passenger side blue) mounted inside back window; surrounds brake stop light); Includes
two (2) linear high-intensity LED lights (driver side red I passenger side blue) mounted on inside
trunk deck lid (lights activate when decklid is open); LED lights only. Wiring, controller "not"
included (Note: Included with option 856)
Trunk Upfit Package -Rear console mounting plate -contours through 2nd row; channel for
wiring; Wiring overlay harness with lighting and siren interface connections; Vehicle Engine
Harness includes: Two (2) light connectors -supports up to three (3) LED lights each (engine
compartment); One (1) grille LED light connector -supports two (2) LED lights; Two (2) 50 amp
battery ground circuits in power distribution junction block (in-trunk); One (1) 10-amp
siren/speaker circuit (engine to trunk);
Light Controller Package -Includes content from the following Police Interceptor Packages: #4
(854) plus: Whelen Light Controller Head (PCC8R); Whelen PCC8R Light Relay Center
(electronics tray mounted); Light Contr~ller / Relay Center Wiring Gumper harness); Whelen
Specific Cable (console to trunk) connects PCC8R to Control Head. Does "not" include LED
lights; Recommend Police Wire Harness Connector Kits 77E and 511 (Note: Not available with
options 854, 856, 857)
Ready for the Road Package -Includes Police Interceptor Packages: #661; #662, #663, #854 plus:
Whelen Cencom Light Controller Head with dimmable backlight; Whelen Cencom Relay Center /
Siren I Amp w/Traffic Advisor (mounted on Electronics Tray); Light Controller I Relay Cencom
Wiring (wiring harness) w/additional input/output pigtails; High current pigtail; Whelen Specific
WECAN Cable (console to trunk) connects Cencom to Control Head; Grille linear LED Lights
(Red / Blue); 100-Watt Siren / Sp
Ultimate Wiring Package -Includes the following: Rear console mounting plate (97D); liP to
trunk overlay harness; Two (2) light cables -supports up to 6 LED lights (engine compartment);
Trunk Power Distribution box (PDB); Two (2) 50-amp battery and ground circuits in-trunk; One
(1) 10-amp siren/speaker circuit engine to trunk; Rear backlight/decklid/trunk wiring -supports up
to six (6) rear LED lights; Grille LED lights, Siren and Speaker Wiring (51 G); Light Controller /
Relay Cencom Wiring
Police Wire Harness Connector Kit (Front) -For connectivity to Ford PI Package solutions
includes: Two (2) Male 4-pin connectors for siren; Five (5) Female 4-pin connectors for
lighting/siren/speaker; One (1) 4-pin IP connector for speakers; One (1) 4-pin IP connector for
siren controller connectivity; One (1) 8-pin sealed connector; One (1) 14-pin IP connector
$119.00 1
$894.00 1
$414.00 1
$474.00 1
$649.00 1
1 $1,604.00
1 $3,569.00
$539.00 1
$104.00 11
VEHICLE:
DEALER:
ZONE:
BASE PRICE:
62D 1
13C 1
18G 1
67D 1
LDTF 1
3K 1
43E 1
63P 1
76R 1
VVSS 1
RSFS 1
BBRW 1
98K 1
TTPD 1
65L 1
642 1
21F 1
141 1
142 1
143 1
SPB-12 1
SPB-16 1
SPB-300 1
Interceptor (P2M)
HUB CITY FORD
* Western
$23,039.00
HUB CITY FORD
*Northern
$23,039.00
HUB CITY FORD
* Central
$23,139.00
HUB CITY FORD
* Southern
$23,239.00
Police Wire Harness Connector Kit (Rear) -For connectivity to Ford PI Package solutions
includes: One (1) 2-pin connector for rear lighting; One (1) 2-pin connector for tnmk circulation
fan; Six (6) Female 4-pin connectors; Six (6) Male 4 pin connectors; One (1) 10-pin connector
Auxiliary equipment tray
Courtesy light disabled
Rear door locks & handles inoperative
Rear windows inoperative
Legal deep tinted film, lifetime warranty, dealer installed
Additional Key(s) or Key Fob(s) when applicable.
KEY FOB ADD $175 1
Keyed alike
Hidden door lock plunger
Reverse sensors
Vent visors -stick-on style
Rainshields -flange style
Door blank & rear window barriers, requires plungers (Setina, Pro-Gard, Cruisers or approved
equivalent)
Locking gas cap
Two-tone paint (dealer installed).
Full wheel covers
Aluminum Wheels
LED Spotlight -Factory installed
Two-Tone Vinyl Package #1 (roofvinyl; RH/LH front doors vinyl; RHlLH rear doors vinyl-not
available with the following vinyl packages: #2(142); #3(143); (144)
Two-Tone Vinyl Package #2 (roof vinyl, hood vinyl, decklid vinyl-not available with the
following vinyl packages: #1(141); #3(143); (144)
Two-Tone Vinyl Package #3 (roof vinyl; RHlLH front doors only vinyl-not available with the
following vinyl packages: #1(141); #2(142); (144)
Trunk storage vault
100 watt siren/speaker
Optional equipment -specify
Optional equipment -specify
Optional equipment -specify
Optional equipment -specify
Optional equipment -specify
Setina PBlOOA12 -12" Aluminum Push Bumper
Setina PB 100A16 -16" Aluminum Push Bumper
Setina PB300 Push Bumper
$129.00 1
$284.00 1
$19.00 1
$34.00 1
$24.00 1
$396.00 1
$75.00 1
$49.00 1
$154.00 1
$294.00 1
$144.00 1
$144.00 1
$596.00 1
$19.00 1
1 $1,596.00
$59.00 1
$464.00 1
$149.00 1
$819.00 1
$819.00 1
$819.00 1
$119.00 1
$289.00 1
NA
NA
NA
NA
NA
$796.00 1
$896.00 1
$796.00 1
VEHICLE:
DEALER:
ZONE:
BASE PRICE:
GR-5000 1
RST-L 1
RTTS-PG 1
S-10-SLC I
S-8S-LC 1
PG-2600 1
K-9C 1
ERRDI
HAS 1
LRPH 1
TEMPTAG 1
YER 1
NST 1
61100 1
61100 1
Interceptor (P2M)
HUB CITY FORD
* Western
$23,039.00
HUB CITY FORD
*Northern
$23,039.00
HUB CITY FORD
*Central
$23,139.00
HUB CITY FORD
* Southern
$23,239.00
Go Rhino 5000 Series Push Bumpers
Rear Transport Seat -Laguna System 3P
Rear Transport Seat -Pro Gard 6000 Series
Optional Equipment -please specifY
Optional Equipment -please specifY
Optional Equipment -please specifY
Setina #10 Series Lexan Cage with sliding window, full width lower extension panel, dealer
installed
Setina 8S Lexan cage with 112 lexan and 112 expanded metal with full lower extension panel,
dealer installed
Pro-Gard P2600 Series Polycarbonate (Lex an) Cage with sliding window, full width lower
extension panel, dealer installed
Optional Equipment, specifY
Optional Equipment, specifY
Optional Equipment, specifY
K-9 Container. All aluminum In-Vehicle (rear seat area) K-9 Container to protect the public,
officer, K-9, and vehicle. Please specifY vehicle year, make and model. Call for installation,
shipping, and/or delivery prices.
Electronic Remote Rear Door Opening system to be used with the K-9 Container. Allows the
officer to release the K-9 from the vehicle from a remote position.
Heat Alarm System to be used in a K-9 vehicle. Warns officer when dangerously high temperatures
are inside the vehicle.
Labor rate per hour
Temporary tag
Transfer existing registration (must provide tag number)
New state tag (specifY state, county, city, sheriff, etc.)
Maintenance Plan -specifY
Maintenance Plan -specifY
Maintenance Plan -specifY
Warranty -specifY .
POWERTRAIN CARE WITH (0) DED 1
Warranty -specifY
BASE CATRE WITf{ (0) DED 1
Warranty -specifY I EXTRA CARE WITH (0) DED 1
$896.00 1
1 $1,696.00
$1,696.00 1
NA
NA
NA
$896.00 1
$896.00 1
$896.00 1
NA
NA
NA
1 $2,996.00
$896.00 1
1 $1,696.00
$96.00 1
$36.001
$100.00 1
$165.00 1
NA
NA
NA
1 $1,910.00
1 $2,305.00
1 $2,850.00
Florida Department of State
DlYWlDl'f Of
C01<vDluY1Jl0l"f 0
(III oj/ido! Sum! of FI{)rid!! H'f!/Jsilf!
Department of State / Division of Corporations / Search Records / Detail By Document Number /
Detail by Entity Name
Foreign Profit Corporation
HUB CITY FORD-MERCURY, INC.
Filing Information
Document Number
FEIIEIN Number
Date Filed
State
Status
Principal Address
4060 S FERDON BLVD
CRESTVIEW, FL 32536
Changed: 02/02/1994
Mailing Address
PO BOX 1118
CRESTVIEW, FL 32536
Changed: 04/24/1998
P08702
59-2617784
01/13/1986
DE
ACTIVE
Registered Agent Name & Address
CT CORPORATION SYSTEM
1200 S. PINE ISLAND ROAD
PLANTATION, FL 33324
Name Changed: 02/25/1992
Address Changed: 02/25/1992
OfficerlDirector Detail
Name & Address
Title V
DAGGS, SAUNDRA M
830 WEEDEN ISLAND DRIVE
NICEVILLE, FL 32578
Title P
DAGGS, LEON JR
DIVISION OF CORPORATIONS
830 WEEDEN ISLAND DRIVE
NICEVILLE, FL 32578
TitleVST
DAGGS, CHRISTOPHER L
6400 SILVER STREET
CRESTVIEW, FL 32536
Annual Reports
Report Year
2014
2015
2016
Filed Date
02/25/2014
03/23/2015
03/29/2016
Document Images
03/29/2016 --ANNUAL REPORTI View image in PDF format :======;=====:
03/23/2015 -ANNUAL REPORTI View image in PDF format :========~
02/25/2014 --ANNUAL REPORTI View image in PDF format
:========~
03/19/2013 -ANNUAL REPORTI View image in PDF format
:=========~
02/20/2012 -ANNUAL REPOR:r1 View image in PDF format
:=========~
01/28/2011 --ANNUAL REPORTI View image in PDF format
:=========~
01/20/2010 --ANNUAL REPORT I View image in PDF format
:=========~
03/24/2009 --ANNUAL REPORTI View image in PDF format
04/16/2008 -ANNUAL REPORTI View image in PDF format
04/09/2007 -ANNUAL REPORT I View image in PDF format
02/02/2006 -ANNUAL REPORTI View image in PDF format
04/05/2005 -ANNUAL REPORT I View image in PDF format
03/11/2004 -ANNUAL REPORTI View image in PDF format
03/06/2003 --ANNUAL REPORTI View image in PDF format
04/18/2002 ANNUAL REPORTI View image in PDF format
04/18/2001 --ANNUAL REPORT I View image in PDF format
03/04/2000 -ANNUAL REPORT I View image in PDF format
05/21/1999 --ANNUAL REPORTI View image in PDF format
04/24/1998 -ANNUAL REPORT I View image in PDF format
03/12/1997 --ANNUAL REPORT 1r==Vi=I=ew=im=a=g=e=in=p=D=F=fo=rm=a=t==:
05/01/1996 -ANNUAL REPORTI View image in PDF format
:=========~
05/01/1995 -ANNUAL REPORT 1'--_Vi_I_ew_im_a...:;gc..e_in_p_D_F_fo_rm_a_t_---I
Florida Department of State, Division of Corporations