Res No 226-17-15027RESOLUTION NO.: 226-17-15027
A Resolution authorizing the City Manager to purchase a Petersen Model RS3
base loader from Lou Bachrodt Freightliner.
WHEREAS, the Public Works department must provide trash collection for South Miami
residents as requested; and
WHEREAS, the new Trash Crane will replace current unit, a 2005, 2-door, Crane; and
WHEREAS, the unit has exhausted its useful life due to its continued use throughout the
past 12 years; and
WHEREAS, the purchase of the new Crane will eliminate the various costly repairs that
the unit will need, to continue its usefulness to the Department; and
WHEREAS, this crane is currently used for removal of the Residential Bulk Trash to the
Public Works Department; and
WHEREAS, the City Manager wishes to piggyback on Florida Sheriffs Association Contract
FSA17-VEL15.0 with Lou Bachrodt Freightliner.
WHEREAS, the City of South Miami desires to utilize the Florida Sheriffs Association
Contract under the Terms and Conditions as set forth in the solicitation agreement between
Florida Sheriffs Association and Lou Bachrodt Freightliner.
NOW, THEREFORE, BE IT RESOLVED THE MAYOR AND CITY COMMISSION OF THE CITY
OF SOUTH MIAMI, FLORIDA:
Section 1. A Resolution authorizing the City Manager to expend $176,350 with Lou
Bachrodt Freightliner for the purchase of the Petersen Model RS3 base loader with heavy duty
swing motor SAl standard bucket 60 inch opening, charged to account number
301.1720.534.6440 (CIP).
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. Effective Date: This resolution shall take effect immediately upon adaption by
vote of the City Commission.
PASSED AND ADOPTED this 1 9t~ay of December, 2017.
ATIEST: APPROVED:
pVp!]kJi,1)
MAVdR
Pg. 2 of Res. No. 226-17-15027
COMMISSION VOTE: 4-0
Mayor Stoddard: absent
Vice Mayor Welsh: Yea
Commissioner Edmond: Yea
Commissioner Liebman: Yea
Commissioner Harris: Yea
. THE CITY OF PLEASANT LIVING
To:
FROM:
DATE:
SUBJECT:
BACKGROUND:
AMOUNT:
ACCOUNT:
SUPPORT:
CITY OF SOUTH MIAMI
OFFICE OF THE CITY MANAGER
INTER-OFFICE MEMORANDUM
The Honorable Mayor & Members ofthe City Commission
Steven Alexander, City Manager
December 19, 2017 Agenda item No.:L
A Resolution authorizing the City Manager to purchase a Trash Crane a
Petersen Model RS3 base loader from Lou Bachrodt Freightliner.
The Public Works Department provides weekly residential bulk trash
collection for South Miami residents. The new Trash Crane will replace
the current unit, a 2005, 2-door Crane. The subject unit has exhausted its
useful life due to its continued use throughout the past 12 years. The
purchase of the new Crane will eliminate the various costly repairs that
the current crane will need, to continue its usefulness to the Department.
The City Manager wishes to piggyback on Florida Sheriffs Association
Contract No. FSA 17-VEH 15.0 with Lou Bachrodt Freightliner.
The City of South Miami desires to utilize the Florida Sheriffs Association
Contract under the Terms and Conditions as set forth in the solicitation
agreement between Florida Sheriffs Association and Lou Bachrodt
Freightliner.
A Resolution authorizing the City Manager to expend $176,350 with Lou
Bachrodt Freightliner for the purchase of the Trash Crane, charged to
account number 301.1720.534.6440 (CIP).
$176,350
Account No.: 301.1720.534.6440 (CIP) has a current balance of $293,000.
Piggyback Contract with Lou Bachrodt Freightliner.
" c:RFfr;[ITI IN""
---...-.-------'
Pompano, 8ch, FL. 33064
PURCHASER: SOUTH MIAMI CITY OF DATE: 11/3/2017
ADDRESS: 6130 SUNSET DRIVE PHONE: 305 663 6339
CITY: SOUTH MIAMI FL. ATIN: STEVEN KULICK
BASE MODEL: SPEC 13 FREI.GHTLINER M2 FLORIDA SHERIFFS CONTRACT
OPTION # 101-22P CUMMINS L9 300 HP ALLISON 3000 TRANSMISSION
OPTION # WBB-2S0 CHASSIS 7 YEAR WARRANTY
OPTION # WAI-4BC ENGINE 7 YEAR WARRANTY
OPTION # 33-30006spd 33,000# GVW PACKAGE
OPTION # PETERSEN RS3 PETERSEN RS3 REAR STEER LOADER
OPTION # CREDIT FOR MECHANICAL JOYSTICK CONTROLS IN LIEU OF ELETRIC
OPTION # INCLUDES ALLITEMS IN A TI ACHED FREIGHTLINER QUOTE.
OPTION # MUDFLAPS, BACKUP ALARM, 3 KEYS, AIR HORNS ..
OPTION #
OPTION #
OPTION #
OPTION #
OPTION # TOTAL PRICE
Budget Challenges?
Daimler Truck Financial offers special municipal financing programs
to help fund the purchase of needed vehicles and other equipment.
·Monthly, annual, semi-annual or quarterly payment options
·Flexible repayment terms (tied to your budget)
PRICE: $35,750
PRICE: $10,990
PRICE: $3,000
PRICE: $2,3000
PRICE: $29,900
PRICE: $99,800
PRICE: -$5,300
PRICE:
PRICE:
PRICE:
PRICE:
PRICE:
PRICE:
PRICE: $176,350
TOTAL PRICE: $0.00
*MTHl Y PAYMENT: $0.00
*Actual rate, terms, down payment, and program eligibility will be determined by DTF credit team
based upon credit worthiness and experience of customer.
201712018 FLORIDA SHERIFFS
CONTRACT SPEC 13
LOU BACHRODTISBL FREIGHTLINER
LOW BID ON THIS SPEC.
Prepared by:
Drew Ellison
LOU BACHRODT FREIGHTLINER
2840 CENTER PORT CIRCLE
POMPANO BEACH, FL 33064
Phone: 407-886-6704
SOUTH MIAMI CITY OF
PETERSEN RS3 LOADER
QUOTATION
CUM L9 300 HP @:WOO RPM, 2200 GOV RPM, 860 LBIFT
@ 1300 RPM
ALLISON 3000 RDS AUTOMATIC TRANSMISSION WITH
PTO PROVISION
DETROIT DA-RS-21.0A 21,000# R-SERIES SINGLE REAR
AXLE
23,000# FLAT LEAF SPRING REAR SUSPENSION WITH
RADIUS ROD
12,000# MONO TAPERLEAF FRONT SUSPENSION
106 INCH BBC FLAT ROOF ALUMINUM CONVENTIONAL
CAB
4050MM (159 INCH) WHEELBASE
11132X3-112X1 0-3116 INCH STEEL FRAME
(B.73MMX258.8MMfO.344X10.19 INCH) 120KSI
1600MM (63 INCH) REAR FRAME OVERHANG
PER UNIT TOTAL _
VEHICLE PRICE
EXTENDED WARRANTY
DEALER INSTALLED OPTIONS
CUSTOMER PRICE BEFORE TAX
OTHER CHARGES
TRADE.IN ALLOWANCE
BALANCE DUE
TOTAL # OF UNITS (1j .. $ $
$ $
$ $
'"" ..... -~,.-.,. ,-,.,-,.,.,.,., ... _------,-"."""'.'-'-"-.
$ $
$ $
$ (OJ $ (OJ
(LOCAL CURRENCy) $ 176,350 . $ 176,350
COMMENTS: Projected delivery on _,_,_ provided the order is received before _ I _ ,_.
APPROVAL: Please indicate your acceptance of this quotation by signing below: Customer:
X Date: , ,
Financing that works for you.
Application Version 9.2.509
Data Version PRL-16M.026
SOUTH MIAMI RS3
See your local dealer for a competitive quote from Daimler Truck Financial, or
contact us at lnfonnation@dtfoffers.com.
Daimler Truck Financial offers a variety of finance, lease and insurance solutions to
fit your business needs, For more information about our products and selVices, visit
our website at l/NM',daimler-truckfinancial.com,
11/03120171:17 PM
Page 1 of 15
2017/2018 FLORIDA SHERIFFS
CONTRACT SPEC 13
. LOU BACHRODTISBL FREIGHTLINER
LOW BID ON THIS SPEC.
Prepared by:
Drew Ellison
LOU BACHRODTFREIGHTLINER
2840 CENTER PORT CIRCLE'
POMPANO BEACH, FL 33064
,Phone: 407-886-6704
S PEe I Fie AT I O.N PRO PO SAL
M2 106 CONVENTIONAL CHASSIS
2018 MODEL YEAR SPECIFIED
SET BACK AXLE -TRUCK
STRAIGHT TRUCK PROVISION
LH PRIMARY STEERING LOCATION'
TRUCK CONFIGURATION
DOMICILED, USA (EXCLUDING CALIFORNIA AND
CARB OPT-IN STATES)
PICKUP AND DELIVERY/SHORT HAUL SERVICE
GOVERNMENT BUSINESS SEGMENT
FIXED LOAD COMMODITY
TERRAIN/DUTY: 100% (ALL) OF THE TIME, IN
TRANSIT, IS SPENT ON PAVED ROADS
MAXIMUM 8% EXPECTED GRADE
SMOOTH CONCRETE OR ASPHALT PAVEMENT-
MOST SEVERE IN-TRANSIT (BETWEEN SITES)
ROAD SURFACE
MEDIUM TRUCK WARRANTY
EXPECTED FRONT AXLE(S) LOAD: 10000.01bs
EXPECTED REAR DRIVE AXLE(S) LOAD:
21000.01bs
Application Version 9.2.509
Data Version PRL-16M.026
SOUTH MIAMI RS3
11103/20171:17 PM
Page 2 of 15
2017/2018 FLORIDA SHERIFFS
CONTRACT SPEC 13
LOU BACHRODT/SBL FREIGHTLINER
LOW BID ON THIS SPEC.
Description
EXPECTED GROSS VEHICLE WEIGHT CAPACITY
: 31000.0 Ibs
FLATBED/PLATFORM/STAKE BODY
PETERSEN INDUSTRIES
EXPECTED BODY/PAYLOAD CG HEIGHT ABOVE
FRAME "XX"
75 MPH ROAD SPEED LIMIT
CRUISE CONTROL SPEED LIMIT SAME AS ROAD
SPEED LIMIT .
PTO MODE ENGINE RPM LIMIT -1400 RPM
PTO MODE THROTILE OVERRIDE -LIMIT TO
1400 RPM
PTO MODE BRAKE OVERRIDE -SERVICE
BRAKE APPLIED
PTO RPM WITH CRUISE SET SWITCH -700 RPM
PTO RPM WITH'CRUISE RESUME SWITCH -800
RPM
PTO MODE CANCEL VEHICLE SPEED -5 MPH
PTO GOVERNOR RAMP RATE -250 RPM PER
SECOND
ONE REMOTE PTO SPEED
REMOTE PTO SPEED 1 SETTING -1400 RPM
PTO MINIMUM RPM -700
REGEN INHIBIT SPEED THRESHOLD -5 MPH
2016 ONBOARD DIAGNOSTICS/2010
EPA/CARB/FINAL GHG17 CONFIGURATION
NO 2008 CARB EMISSION CERTIFICATION
STANDARD OIL PAN
ENGINE MOUNTED OIL CHECK AND FILL
ONE PIECE VALVE COVER
SIDE OF HOOD AIR INTAKE WITH FIREWALL
MOUNTED DONALDSON AIR CLEANER
Application Version 9.2.509
Data Version PRL~16M,026
SOUTH MIAMI RS3
Prepared by:
Drew Ellison
LOU BACHRODT FREIGHTLINER
2840 CENTER PORT CIRCLE
POMPANO BEACH, FL 33064
Phone: 407-886-6704
11/03/20171:17 PM
Page 3 of 15
201712018 'FLORIDA SHERIFFS
CONTRACT SPEC 13
LOU BACHRODT/SBL FREIGHTLINER
LOW BID ON THIS SPEC:
Description
DR 12V 160 AMP 28-SI QUADRAMOUNT PAD
ALTERNATOR WITH REMOTE BATTERY VOLT
SENSE
(2) ALLIANCE MODEL 1231, GROUP 31, 12 VOLT
MAINTENANCE FREE 2250 CCA THREADED
STUD BATTERIES
BATTERY BOX FRAME MOUNTED
STANDARD BATTERY JUMPERS
SINGLE BATTERY BOX FRAME MOUNTED LH
SIDE UNDER CAB
WIRE GROUND RETURN FOR BATTERY CABLES
WITH ADDITIONAL FRAME GROUND RETURN
NON-POLISHED BATTERY BOX COVER
POSITIVE LOAD DISCONNECT WITH CAB
MOUNTED CONTROL SWITCH MOUNTED
OUTBOARD DRIVER SEAT
CUMMINS TURBOCHARGED 18,7 CFM AIR
COMPRESSOR WITH INTERNAL SAFETY VALVE
STANDARD MECHANICAL AIR COMPRESSOR
GOVERNOR
AIR COMPRESSOR DISCHARGE LINE
ELECTRONIC ENGINE INTEGRAL SHUTDOWN
PROTECTION SYSTEM
CUMMINS EXHAUST BRAKE INTEGRAL WITH
VARIABLE GEOMETRY TURBO WITH ON/OFF
DASH SWITCH
RH OUTBOARD UNDER STEP MOUNTED
HORIZONTALAFTERTREATMENT SYSTEM
ASSEMBLY WITH RH HORIZONTAL TAILPIPE
ENGINE AFTERTREATMENT DEVICE,
AUTOMATIC OVER THE ROAD REGENERATION
AND DASH MOUNTED REGENERATION
REQUEST SWITCH
STANDARD EXHAUST SYSTEM LENGTH
RH STANDARD HORIZONTAL TAILPIPE
6 GALLON DIESEL EXHAUST FLUID TANK
100 PERCENT DIESEL EXHAUST FLUID FILL
LH MEDIUM DUTY STANDARD DIESEL EXHAUST
FLUID TANK LOCATION
STANDARD DIESEL EXHAUST FLUID PUMP
MOUNTING
,STANDARD DIESEL EXHAUST FLUID TANK CAP
HORTON DRIVEMASTER ADVANTAGE ON/OFF
FAN DRIVE
Application Version 9.2.509
Oata Version PRL-16M.026
SOUTH MIAMI RS3
Prepared by:
Drew Ellison
LOU BACH.RODT FREIGHTLINER
2840 CENTER PORT CIRCLE
POMPANO BEACH, FL 33064
Phone: 407-886-6704
11/03/20171:17 PM
Page 4 of 15
2017/2018 FLORIDA SHERIFFS
CONTRACT SPEC 13
LOU BACHRODTISBL FREIGHTLINER
LOW BID ON THIS SPEC,
Description
AUTOMATIC FAN CONTROL WITHOUT DASH
SWITCH, NON ENGINE MOUNTED
CUMMINS SPIN ON FUEL FILTER
COMBINATION FULL FLOW/BYPASS OIL FILTER
1100 SQUARE INCH ALUMINUM RADIATOR
ANTIFREEZE TO -34F, ETHYLENE GLYCOL PRE-
CHARGED SCA HEAVY DUTY COOLANT
GATES BLUE STRIPE COOLANT HOSES OR
EQUIVALENT
CONSTANT TENSION HOSE CLAMPS FOR
COOLANT HOSES
RADIATOR DRAIN VALVE
LOWER RADIATOR GUARD
ALUMINUM FLYWHEEL HOUSING
ELECTRIC GRID AIR INTAKE WARMER
DELCO 12V 38MT'HD STARTER WITH
INTEGRATED SWITCH
ALLISON 3000 RDS AUTOMATIC TRANSMISSION
WITH PTO PROVISION
ALLISON VOCATIONAL ' 180-
AVAILABLE ON 3000/4000 PRODUCT FAMILIES
WITH VOCATIONAL MODEL RDS
ALLISON VOCATIONAL RATING FOR ON/OFF
HIGHWAY APPLICATIONS AVAILABLE WITH ALL
PRODUCT FAMILIES
PRIMARY MODE GEARS, LOWEST GEAR 1,
START GEAR 1, HIGHEST GEAR 6, AVAILABLE
FOR 3000/4000 PRODUCT FAMILIES ONLY
SECONDARY MODE GEARS, LDWEST GEAR 1,
START GEAR 1, HIGHEST GEAR 6, AVAILABLE
FOR 300014000 PRODUCT FAMILIES ONLY
PRIMARY SHIFT SCHEDULE RECOMMENDED BY
DTNAAND ALLISON, THIS DEFINED BY ENGINE
AND VOCATIONAL USAGE
SECONDARY SHIFT SCHEDULE
RECOMMENDED BY DTNA AND ALLISON, THIS
DEFINED BY ENGINE AND VOCATIONAL USAGE
PRIMARY SHIFT SPEED RECOMMENDED BY
DTNA AND ALLISON, THIS DEFINED BY ENGINE
AND VOCATIONAL USAGE
Application Version 9.2.509
Data Version PRL-16M.026
SOUTH MIAMI RS3
Prepared by:
Drew Ellison
LOU BACHRODT FREIGHTLINER
2840 CENTER PORT CIRCLE
POMPANO BEACH, FL 33064
Phone: 407 -886-6704
11/03120171:17 PM
Page 5 of 15
2017/2018 FLORIDA SHERIFFS
CONTRACT SPEC 13
LOU BACH RODT/SBL FREIGHTLINER
LOW BID ON THIS SPEC.
Description .
. SECONDARY SHiFT SPEEDREGOMMENDED BY
DTNAAND ALLISON. THIS DEFINEDBY ENGINE
ilND VOCATIONAL USAGE
LOAD BASED SHIFT SCHEDULE AND VEHICLE
ACCELERATION CONTROL RECOMMENDED BY
DTNA AND ALLISON, THIS DEFINED
VOCATIONAL USAGE
NEUTRAL AT STOP -DISABLED, FUELSENSE-
DISABLED
DRIVER SWITCH INpUT -DEFAULT -NO
SWITCHES .
TCU-DIRECTION CHNG,NOT CONFIGURED
TCU-PUMP MODE OPTION NOT CONFIGURED
TCU-RANGE INDICATION NOT CONFIGURED
ELECTRONIC TRANSMISSION CUSTOMER
ACCESS CONNECTOR FIREWALL MOUNTED
C.USTOMER INSTALLED CHELSEA 277 SERIES
PTO
PTO MOUNTING, LH SIDE OF MAIN
TRANSM ISSION
MAGNETIC PLUGS, ENGINE DRAIN,
TRANSMISSION DRAIN. AXLE(S) FILL AND
DRAIN
PUSH BUDON ELECTRONIC SHIFT CONTROL,
DASH MOUNTED
TRANSMISSION PROGNOSTICS -ENABLED 2013
WATER TO OIL TRANSMISSION COOLER: IN
RADIATOR END TANK
TRANSMISSION OIL CHECK AND FILL WITH
ELECTRONIC OIL LEVEL CHECK
SYNTHETIC TRANSMISSION FLUID (TES-295
DETROIT DA-F-12.0-312,000# FF1 71.5 KPI/3.74
DROP SINGLE FRONT AXLE
MERITOR 15X4 Q+ CAM FRONT BRAKES·
NON-ASBESTOS FRONT BRAKE LINING
CONMET CAST IRON FRONT BRAKE DRUMS
FRONT BRAKE DUST SHIELDS
FRONT OIL SEALS
VENTED FRONT HUB CAPS WITH WINDOW,
CENTER AND SIDE PLUGS -OIL
Application Version 9.2.509
Data Version PRL-16M.026
SOUTH MIAMI RS3
Prepared by:
Drew Ellison
LOU BACHRODT FREIGHTLINER
2840 CENTER PORT CIRCLE
POMPANO BEACH. FL 33064
Phone: 407~886"6704
11/03/20171:17 PM
Page 6 of 15
201712018 FLORIDA SHERIFFS
CONTRACT SPEC 13
LOU BACHRODTfSBL FREIGHTLINER
LOW BID ON THIS SPEC,
D,escriptlon
STANDARD SPINDLE NUTS FOR ALL AXLES
MERITOR AUTOMATIC FRONT SLACK
ADJUSTERS. .
TRW THP-60 POWER STEERING
POWER STEERING PUMP'
2 QUART SEE THROUGH POWER STEERING
RESERVOIR
12,000# MONO TAPERLEAF FRONT
SUSPENSION
MAINTENANCE FREE RUBBER BUSHINGS-
FRONT SUSPENSION
NO FRONT SUSPENSION SPRING BRACKET
OPTIONS
FRONT SHOCK ABSORBERS
DETROIT DA-RS-21,0-4 21,000# R-SERIES
SINGLE REAR AXLE
3.91 REAR AXLE RATIO
IRON REAR AXLE CARRIER WITH STANDARD
AXLE HOUSING
MXL 17T MERITOR EXTENDED LUBE MAIN
DRIVELINE WITH HALF ROUND YOKES
NO DRIVELINE GUARD
MERITOR 16,5X7 Q+ CAST SPIDER CAM REAR
BRAKES, DOUBLE ANCHOR, FABRICATED
SHOES
NON-ASBESTOS REAR BRAKE LINING
BRAKE CAMS AND CHAMBERS ON REAR SIDE
OF DRIVE AXLE(S)
CONMET CAST IRON REAR BRAKE DRUMS
REAR BRAKE DUST SHIELDS
REAR OIL SEALS
WABCO TRISTOP 0 LONG STROKE 1-DRIVE
AXLE SPRING PARKING CHAMBERS
MERITOR AUTOMATIC REAR SLACK
ADJUSTERS
. SYNTHETIC 75W-90 REAR AXLE LUBE
Application Version 9.2.509
Data Version PRL-16M.026
SOUTH MIAMI RS3
Prepared by:
Drew Ellison
LOU BACHRODT FREIGHTLINER
2840 CENTER PORT CIRCLE
POMPANO BEACH, FL 33064
Phone",407-886-6704
11103120171 :17 PM
Page 7 of 15
201712018 FLORIDA SHERIFFS
CONTRACT SPEC 13
LOU BACHRODTISBL FREIGHTUNER
LOW BID ON THIS SPEC.
. Description
23,000# FLAT LEAF SPRING REAR SUSPENSION
WITH RADIUS ROD
SPRING SUSPENSION· NO AXLE SPACERS
STANDARD AXLE SEATS IN AXLE CLAMP
GROUP
AIR BRAKE PACKAGE
WABCO 4S14M ABS WITHOUT TRACTION
. CONTROL
REINFORCED NYLON, FABRIC BRAID AND WIRE
BRAID CHASSIS AIR LINES
FIBER BRAID PARKING BRAKE HOSE
STANDARD BRAKE SYSTEM VALVES
STANDARD AIR SYSTEM PRESSURE
PROTECTION SYSTEM
STD U.S. FRONT BRAKE VALVE
RELAY VALVE WITH 5-8 PSI CRACK PRESSURE,
NO REAR PROPORTIONING VALVE
BW AD-9 BRAKE LINE AIR DRYER WITH HEATER
AIR DRYER MOUNTED UNDER HOOD
STEEL AIR BRAKE RESERVOIRS
PULL CABLE ON WET TANK, PETCOCK DRAIN
VALVES ON ALL OTHER AIR
UPGRADED CHASSIS MULTIPLEXING UNIT
UPGRADED BULKHEAD MULTIPLEXING UNIT
NO HIGH CURRENT TRAILER/BODY CABLE
4050MM (159 INCH) WHEELBASE
11132X3-112Xl0-3116 INCH STEEL FRAME
(8.73MMX258.8MMI0.344Xl0.19 INCH) 120KSI
1600MM (63 INCH) REAR FRAME OVERHANG
FRAME OVERHANG RANGE: 61 INCH TO 70
INCH
CALC'D BACK OF CAB TO REAR SUSP CIL (CA) :
93.45 In
CALCULATED EFFECTIVE BACK OF CAB TO
REAR SUSPENSION CIL (CA): 90.45 in
CALC'D FRAME LENGTH· OVERALL: 251.39
Application Version 9.2,509
Data Version PRL-16M.026
SOUTH MIAMI RS3
Prapared by:
Drew E;IJison
LOU BACHRODT FREIGHTUNER
2840 CENTER PORT CIRCLE.
POMPANO BEACH. FL 33064
Phone: 407-886-6704
11103120171:17 PM
Page 8 of 15
201712018 FLORIDA SHERIFFS
CONTRACT SPEC 13
LOU BACHRODTISBL FREIGHTLINER
LOW BID ON THIS SPEC.
Des~rl ptlon
CALC'D SPACE AVAILABLE FOR DECKPLATE:
93.45 in .
CALCULATEDFRAMe SPACE LH SIDE: 96.14 in
CALCULATED FRAME SPACE RH SIDE: 78.67 in
SQUARE END OF FRAME
FRONT CLOSING CROSSMEMBER
STANDARD WEIGHT ENGINE CROSSMEMBER
STANDARD MIDSHIP #1 CROSSMEM,BER(S)
STANDARD REARMOST CROSSMEMBER
STANDARD SUSPENSION CROSSMEMBER
THf~EE:-PIlI =CE 141NCH STEEL CENTER BUMPER
WITH FLEXIBLE PLASTIC ENDS
FRONT TOWHOOKS -FRAME MOUNTED
BuMpER MOUNTING FOR SINGLE LICENSE
PLATE
FENDER AND FRONT OF HOOD MOUNTED
FRONT MUDFLAPS
GRADE B THREADED HEX HEADED FRAME
FASTENERS
NO TIRE PRESSURE CONTROUSENSOR
50 GALLONI189 LITER SHORT RECTANGULAR
ALUMINUM FUEL TANK -LH
RECTANGULAR FUEL TANK(S)
PLAIN ALUMINUMIPAINTED STEEL
FUEUHYDRAULIC TANK(S) WITH PAINTED
BANDS
FUEL TANK(S) FORWARD
PLAIN STEP FINISH
FUEL TANK CAP(S)
DETROIT FUELNVATER SEPARATOR WITH
WATER IN FUEL SENSOR
EQUIFLO INBOARD FUEL SYSTEM
HIGH TEMPERATURE REINFORCED NYLON
FUEL LINE
HANKOOK ALllllR22.5 14 PLY RADIAL FRONT
TIRES
Application Version 9.2.509
Data Version PRL-16M.026
SOUTH MIAMI RS3
Prepared by:
Drew Ellison
LOU BACHRODT FREIGHTLINER
2840 CENTER PORT CIRCLE
POMPANO BEACH, FL 33064
Phon~: 407-886-6704
11103120171:17 PM
Page90f15
2017/2018 FLORIDA SHERIFFS
CONTRACT SPEC 13
LOU BACHRODT/SBL FREIGHTLINER
LOW BID ON THIS SPEC.
Description
HANKOOK DL 1111R22.5 14 PLY RADIAL REAR
TIRES
CONMET PRESET PLUS PREMIUM IRON REAR
HUBS
ACCURIDE 51487 ACCU·LlTE 22c5X8.25 10.HUB
PILOT 6.16 INSET 5·HAND STEEL DISC FRONT
WHEELS
ACCURIDE 51487 ACCU·LlTE 22.5X8.25 10·HUB
PILOT 5·HAND STEEL DISC REAR WHEELS
NO RIMIWHEEL TIRE PRESSURE SENSOR
FRONT WHEEL MOUNTING NUTS
106 INCH BBC FLAT ROOF ALUMINUM
CONVENTIONAL CAB
LEAF SPRING REAR CAB SUSPENSION
LH AND RH GRAB HANDLES
PAINTED PLASTIC GRILLE
ARGENT SilVER HOOD MOUNTED AIR INTAKE
GRILLE
FIBERGLASS HOOD
SINGLE 14 INCH ROUND HADLEY AIR HORN
UNDER LH DECK
SINGLE ELECTRIC HORN
SiNGLE HORN SHIELD
DOOR lOCKS AND IGNITION SWITCH KEYED
THE SAME WITH (4) KEYS
REAR LICENSE PLATE MOUNT END OF FRAME
INTEGRAL HEADLIGHT/MARKER ASSEMBLY
(5) AMBER MARKER LIGHTS
INTEGRAL STOP/TAIUBACKUP LIGHTS
STANDARD FRONT TURN SIGNAL LAMPS
DUAL WEST COAST MOLDED·IN COLOR
MIRRORS
DOOR MOUNTED MIRRORS
102 INCH EQUIPMENT WIDTH
Application Version 9.2,509
Data Version PRL-16M.026
SOUTH MIAMI RS3
Prepared by:
Drew Ellison
LOU BACHRODT FREIGHTLINER
2840 CENTER PORT CIRCLE
POMPANO BEACH, FL 33064
Phone: 407-886-6704
11/03/2017 U7 PM
Page 10 of 15
201712018 FLORIDA SHERIFFS
CONTRACT SPEC 13
LOU BAcHRODTISBL FREIGHTLINER
LOW BID ON THIS SPEC.
Description
LH AND RH 8 INCH MOLDED·IN COLOR CONVEX
MIRRORS MOUNTED UNDER PRIMARY
MIRRORS
STANDARD SIDEIREAR REFLECTORS
63X14 INCH TINTED REAR WINDOW
TINTED DOOR GLASS LH AND RH WITH TINTED
NON·OPERATING WING WINDOWS
MANUAL DOOR WINDOW REGULATORS'
TI NTED WINDSHIELD
2 GALLON WINDSHIELD WASHER RESERVOIR
WITHOUT FLUID LEVEL INDICATOR. FRAME
MOUNTED .
OPAL GRAY VINYL INTERIOR
MOLDED PLASTIC DOOR PANEL
MOLDED PLASTIC DOOR PANEL
BLACK MATS WITH SINGLE INSULATION
IN DASH STORAGE BIN
(2) CUP HOLDERS LH AND RH DASH
GRAYICHARCOAL FLAT DASH
HEATER, DEFROSTER AND AIR CONDITIONER
STANDARD HVAC DUCTING
MAIN HVAC CONTROLS WITH RECIRCULATION
SWITCH
STANDARD HEATER PLUMBING
DENSD HEAVY DUTY AIR CONDITIONER
COMPRESSOR
BINARY CONTROL, R-134A
STANDARD INSULATION
SOLID-STATE CIRCUIT PROTECTION AND
FUSES
12V NEGATIVE GROUND ELECTRICAL SYSTEM
DOME DOOR ACTIVATED LH AND RH, DUAL
. READING LIGHTS, FORWARD CAB ROOF
CAB DOOR LATCHES WITH MANUAL DOOR
LOCKS
BASIC HIGH BACK NON SUSPENSION DRIVER
SEAT WITH FORE AND AFT ADJUSTMENT
BASIC HIGH BACK NON SUSPENSION
PASSENGER SEAT
Application Version 9.2.509
Data Version PRL-16M.026
SOUTH MIAMI RS3
Prepared by:
Drew Ellison
LOU BACHRODT FREIGHTLINER.
2840 CENTER PORT CIRCLE
POMPANO BEACH. FL 33064
Phone: 407-886-6704
11103120171:17 PM
Page 11 0115
2017/2018 FLORIDA SHERIFFS
CONTRACT SPEC 13
LOU BACHRODT/SBL FllEIGHTLINER
LOW BID ON THIS SPEC.
Description
LH AND RH INTEGRAL DOOR PANEL ARMRESTS
VINYL WITH VINYL INSERT DRIVER SEAT
VINYL WITH VINYL INSERT PASSENGE,R SEAT
BLACK SEAT.BELTS
FIXED STEERING COLUMN
4-SPOKE 181NCH (450MM) STEERING WHEEL
DRIVER AND PASSENGER INTERIOR SUN
VISORS
GRAY DRIVER INSTRUMENT PANEL
GRAY CENTER INSTRUMENT PANEL
ENGINE REMOTE INTERFACE WITHOUT.
INTERLOCKs
BLACK GAUGE BEZELS
LOW AIR PRESSURE INDICATOR LIGHT AND
AUDIBLE ALARM
2 INCH PRIMARY AND SECONDARY AIR
PRESSURE GAUGES
INTAKE MOUNTED AIR RESTRICTION
INDICATOR WITHOUT GRADUATIONS
ELECTRONIC CRUISE CONTROL WITH
SWITCHES IN LH SWITCH PANEL
KEY OPERATED IGNITION SWITCH AND
INTEGRAL START POSITION; 4 POSITION
OFF/RUN/START/ACCESSORY
MANUAL REMOTE ENGINE STOP/STARTWITH
PTO RE-ENGAGE
ICU3S, 132X48 DISPLAY WITH DIAGNOSTICS, 28
LED WARNING LAMPS AND DATA LINKED
HEAVY DUTY ONBOARD DIAGNOSTICS
INTERFACE CONNECTOR LOCATED BELOW LH
DASH
2 INCH ELECTRIC FUEL GAUGE
ENGINE REMOTE INTERFACE FOR REMOTE
THROTILE
ENGINE REMOTE INTERFACE CONNECTOR AT
BACK OF CAB
ELECTRICAL ENGINE COOLANT TEMPERATURE
GAUGE
TRANSMISSION OIL TEMPERATURE INDICATOR
LIGHT
Application Version 9.2.509
Data Version PRL-16M.026
SOUTH MIAMI RS3
Prepared by:
Drew Ellison
LOU BAeHR'ODT FREIGHTLINER
2840 CENTER PORT CIRCLE
POMPANO BEACH, FL 33064
Phone; 407-886-6704
11/03/20171:17 PM
Page 12 of15
2017/2018 FLORIDA SHERIFFS
CONTRACT SPEC 13
LOU BACHRODT/SBL FREIGHTLINER
LOW BID ON THIS SPEC,
Description
ENGINE AND TRIP HOUR METERS INTEGRAL
WITHIN DRIVER DISPLAY
(1) DASH MOUNTED PTO SWITCH WITH
INDICATOR LAMP -PARK BRAKE AND NEUTRAL
INTERLOCK FOR CUSTOMER INSTALLED PTO
NO LANE DEPARTURE WARNING SYSTEM
ELECTRIC ENGINE OI,L PRESSURE GAUGE
OVERHEAD INSTRUMENT PANEL
SMARTPLEX HUB MODULE WITH OVERHEAD
SWITCH MOUNTING, DRIVER SIDE ONLY (6
SWITCH SLOTS)
AM/FMNVB WORLD TUNER RADIO WITH CD
PLAYER, BLUETOOTH, IPOD INTERFACE, USB
AND AUXILIARY INPUTS, J1939
DASH MOUNTED RADIO
(2) RADIO SPEAKERS IN CAB
AMIFM ANTENNA MOUNTED ON FORWARD LH
ROOF
ELECTRONiC MPH SPEEDOMETER WITH
SECONDARY KPH SCALE, WITHOUT
ODOMETER
STANDARD VEHICLE SPEED SENSOR
ELECTRONIC 3000 RPM TACHOMETER
NO VEHICLE PERFORMANCE MONITOR
NO DETROIT CONNECT SERVICES SELECTED
NO ZONAR SERVICES SELECTED
IDLE LIMITER, ELECTRONIC ENGINE
2 ON/OFF LATCHING SMARTPLEX SWITCHES
BOOM OUT OF STOW SMARTPLEX INDICATOR
LAMP
CAB AUXILIARY POWER CABLE
DIGITAL VOLTAGE DISPLAY INTEGRAL WITH
DRIVER DISPLAY
SINGLE ELECTRIC WINDSHIELD WIPER MOTOR
WITH DELAY
MARKER LIGHT SWITCH INTEGRAL WITH
HEADLIGHT SWITCH
ONE VALVE PARKING BRAKE SYSTEM WITH
WARNING INDICATOR
SELF CANCELING TURN SIGNAL SWITCH WITH
DIMMER, WASHERNVIPERAND HAZARD IN
HANDLE
Application Version 9,2.509
Data Version PRL-16M.026
SOUTH MIAMI RS3
Prepared by:
Drew Ellison
LOU BACHRODT FREIGHTLINER
2840 CENTER PORT CIRCLE
POMPANO BEACH, FL 33054
Phone: 407-886-6704
11/03/20171:17 PM
Page 13 of 15
2017/2018 FLORIDA SHERIFFS
CONTRACT SPEC 13
LOU BACHRODTlSBL FREIGHTLINER
LOW BID ON THIS .SPEC.
De:scription
INTEGRAL eLECTRONIC TURN SIGNAL
FLASHER WITH HAZARD LAMPS OVERRIDI NG
STOP LAMPS
NO MISCELLANEOUS GAUGES
CAB COLOR A: N0006EA WHITE ELITE SS
BLACK, HIGH SOLIDS POLYURETHANE CHASSIS
PAINT
NO FUEL TANK CABINET PAINT
POWDER WHITE (N0006EA) FRONT
WHEELS/RIMS (PKWHT21, TKWHT21. W, TW)
POWDER WHITE (N0006EA) REAR
WHEELS/RIMS (PKWHT21, TKWHT21, W, TW)
BUMPER· PAINT: FP24812 ARGENT SILVER
DUPONT FLEX
U.S. FMVSS CERTIFICATION, EXCEPT SALES
CABS AND GLIDER KITS
CORPORATE PDI CENTER IN-SERVICE ONLY
CUM 2017 L9: HD2 MD DTY 7 YEARS 1250,000 MILES 1 402.500 KM
EXTENDED WARRANTY. FEX APPLIES
TC4: MD STANDARD 7 YEARS/250,000 MILES 1402,500 KM
EXTENDED TRUCK COVERAGE. FEX APPLIES
TOWING: 1 YEAR/UNLIMITED MILES/KM EXTENDED TOWING
COVERAGE $550 CAP FEX APPLIES
Application Version 9.2.509
Data Version PRL-16M.026
SOUTH MIAMI RS3
Weight
Prepared by:
Drew Ellison
LOU BACHRODT FREIGHTLINER
2840 CENTER PORT CIRCLE
POMPANO BEACH, FL 33064
Phone: 407·886·6704
Weight
11103/20171:17 PM
Page 14 of 15
2017/2018 FLORIDA SHERIFFS
CONTRACT SPEC 13
LOU BACHRODT/SBL FREIGHTLINER
LOW BID ON THIS SPEC,
PETERSEN MODEL RS3 BASE LOAD'ER WITH
HEAVY DUTY SWING MOTOR SAL STANDARD
BUCKET 60 INCH OPENING
Application Version 9.2.509
Data Version PRL~16M.026
SOUTH MIAMI RS3
T atal Dealer Installed Options
Front
o
Dlbs
Prepared by:
Drew Ellison
LOU BACHRODT FREIGHTLINER
, 2840 CENTER PORT CIRCLE
POMPANO BEACH, FL 33064
Phone: 407-'886-6704
Olbs
11/03/2017 101 7 PM
Page 15 of 15
CONTRACT FOR.POUCE RATED, ADMINISTRATIVE, UTILITY VEIDCLES,
TR.UCKS AND VANS
THIS AGREEMENT made and entered into this jO~ day of J\ea.wik r, 2017 by and
between the City of South Miami, a Florida municipal Corporation by and through its City
Manager (hereinafter referred to as "City") and Lou Bachrodt Freightliner, (hereinafter referred
to as "Contractor").
WITNESSETH:
WHEREAS, the Florida Sheriffs Association (FSA) solicited bids pursuant to !Il!!
No. FSA17-VEH2S-0 , for POLICE RATED, ADMJ[NISTRATIVE, UTILITY
VEIDCLES, TRUCKS AND VANS; and
WHEREAS, the Florida Sheriffs Association (FSA), after completing a competitive
bidding process, awarded a contract to Contractor, and
WHEREAS, the City of South Miami desires to utilize the Florida Sheriffs
AssociatiolID (FSA) Contract with Contractor; and
WHEREAS, the City is authorized, pursuant to the City of South Miami's Charter,
to piggyback off of contracts, such as the contract in question between FHoll'ida Sheriffs
AssociatiolID (FSA) and Contractor, that were entered into in accordance with a solicitation
process that is at least as vigorous as that of the City of South Miami; and
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 provisions as set
forth in the contract between Florida Sheriffs AssociatiolID (FSA) and Contractor pursuant
to liTH No. FSA17-VEH2S-0, as modified by this Agreement.
2. The City has reviewed the contract between Florida Sheriffs AssociatiolID
~ and Contractor and agrees to the provisions of that contract which shall 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, the response to the solicitation,
and the Agreement/Contract and/or the A ward, pertinent copies of which are attached hereto
as Attachment A and made a part hereof by reference.
3. All references in the contract between Florida Sheriffs Association (FSA)
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 Florida Sheriffs
Association (FSA), as set forth in the contract between Florida Sheriffs Association (FSA)'
and the Contractor, shall all be made by the City Manager for the City of South Miami.
Notwithstanding anything contained in the Florida Sheriffs Association (FSA) I'fH No.
FSA17-VEH25-0 and Contract No. FSA17-VEH25-0 and/or the contract between
Florida Shcll'iffs Association (FSA) and the Contractor to the contrary, this Agreement shall
Thomas F. Pepe -01-11-16
Page 1 of 4
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.
4. 'ferm. The term of the contract, including all extensions authorized by the
contract shall not exceed five years.
5. Scope of Goods and Services. The scope of goods and/or services (which
may hereinafter be referred to as the "Work") are set forth in the attached Attachment A and
any attachments thereto and the City's purchase order, the latter of which shall take
precedence. The Contractor has agreed to deliver the goods, if any, and perform the
services, if any, in a workman like manner and in accordance with all state, county and City
laws, at the locations, if any, designated by the City. All of the goods and/or services
reflected in Attachment A shall, unless otherwise stated in the Attachment A or B, be
delivered and/or commenced within N/A days from the date of the execution of this
Agreement. The Contractor shall obtain and pay for all permits required for the services
rendered, if any, with the exception of permits fees charged by the City, said fees shall be
waived.
6. Contract Price. The contract price for the good and/or services is set forth in
the attached Attaclilment B. If not otherwise set forth in the contract between lFlorida
Sheriffs Association (FSA) and the Contractor, the Contractor shall be paid upon delivery
of all the goods, if any, the completion of all the services, if any, and after final inspection
and approval, by the City, that approves of the goods delivered, if any, and the services
performed, if any.
7. Precedence. The term, provisions and conditions of this Agreement shall
take precedence over the terms of the contract between Contractor and Florida Sheriffs
Association (lFSA).
8. Grant Fmlldling: This project is being funded by "N/A" and Contractor
agrees to comply with all the requirements of that Grant, applicable to the delivery of the
goods and/or 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 as much of the contract price that is available pursuant to the terms of the
grant. A copy of the grant, if any, is attached hereto and made a part hereof by reference.
9. Pnblic Records: CONTRACTOR and all of its subcontractors are required to
comply with the public records law (s.l19.0701) 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 ofthe contract term and following completion of the contract if
the 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 the contractor
or keep and maintain public records required by the public agency to perform the service. If the
Thomas F. Pepe -01-11-16
Page 2 of4
contractor transfers all public records to the public agency upon completion of the contract, the
contractor shall destroy any duplicate public records that are exempt or confidential and exempt
from public records disclosure requirements. If the contractor keeps and maintains public records
upon completion of the contract, the 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 THE 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:
mmellllelllldiez@soufhmiamifll.gov; 6:1.30 SUl1lset Drive, SOUlth Miami, FL .33143.
10. Waiven-.]fury 'Irian: City and Contractor knowingly, irrevocably voluntarily
and intentionally waive any right either may have to a trial by jury in State or Federal Court
proceedings in respect to any action, proceeding, lawsuit or counterclaim arising out of the
Contract Documents or the performance of the Work thereunder.
11. Validity olfExecUited COJllies: This Agreement may be executed in several
counterparts, each of which may be construed as an original.
12. Notice: All notices to the City shall be sent to: <City Mallllnger, 6130 Sunset
Drive, South Miami, Florida 33143.
li3. Attomeys' 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.
14. IndemllllilficatioJJl: Notwithstanding anything contained in the contract
between Contractor and Florida Sheriffs Associatiollll (FSA) to the contrary, the City does
not waive its sovereign immunity granted by Florida Statutes, Section 768.28, and the City's
tort liability shall be limited to the waiver of sovereign immunity provided for in Section
768.28.
15. 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 ofthis Agreement shall be valid and
enforceable to the fullest extent permitted by law.
IN WI'fNESS WHEREOF, and as the duly authorized act of the parties, the undersigned
representatives of the parties hereto have caused this instrument to be signed in their respective
names by their proper officials on or before the day and year first above written.
Thomas F. Pepe -01-11-16
Page 3 of4
Read and Approved as to Ponn,
. Language, Legality and Execution
Thereof.
By: --=~:--'----:",,:-:>=--=-A_¥;_~0=
Thomas F. Pepe
City Attorney
Thomas F. Pepe-Ol-Jl-16
Page 4 of4
ATTACHMENT A
CONTRACT FOR CAB & CHASSIS TRUCKS &
OTHER FLEET EQUIPMENT
FLORIDA SHERIFFS ASSOCIATION
Thomas F. Pepe -01-11-16
• Bid Award Summary
• Notice of Award
• Bid Award Announcement #FSA17-
VEH1S-0.0
• Cooperative Purchasing Program, Scope of
Services & Terms and Conditions
hlJt~ctif!!J' ~ea<liDg&i!njtif!g ... since .1893
FLORIDA SHERIFFS ASSOCIATION
1617 .Ma.han~rlv¢. 'rMlal1as.!ee{Florla~3~308
P ;C) •. ~oxj25J 9 .• 'ra.1l. iia!see,FI.i>.rlila '~23 i 7,?$1 $
Date: October 1, 2017
To: All Perspective Participants
From: Steve Casey, Executive Director
Sarrah Glassner, Deputy Executive Director
Annette Grissom, CPP Manager
Greg Tish, CPP Coordinator
mrrm
Re: Contract Number FSA17-VEL1S.0 Cabs & Chassis and Other Fleet Equipment
P:W'Q}'S77·t165,
. n~M)i!7~'~§~.?
ww.w.flsl1etlf(s.qr~ ~ III
We are pleased to announce that the Florida Sheriffs Association Cooperative Purchasing Program has
successfully completed its 25th nationwide cooperative bid for heavy duty trucks and equipment. This contract is
in effect beginning October 13, 2017 through September 30, 2018.
This year's bid includes 78 specifications and 318 makes and models. It offers police rated, special service,
administrative, hybrid vehicles, pick-up trucks, vans, mobility transport and police motorcycles.
The competitive process for this award began in January 2017, when stakeholders were surveyed regarding
procurement needs. Specifications were developed based on prior year activity and new additions were added
based on survey results and the Fleet Advisory Committee's review of commodities.
On April 10, 2017, a direct notification was sent to 511 prospective bidders to register for qualification to
participate in the bid process. An advertisement of the Invitation to Bid was placed within the Florida
Administrative Weekly on June 1, 2017 and again on June 20, 2017. From this Invitation to Bid, 103 bidders
responded. Of these respondents, 72 bidders submitted bids and 70 bidders were awarded after a review by the
FSA Fleet Advisory Committee.
The Florida Sheriffs Association Cooperative Purchasing Program has followed the Contract Terms and Conditions
to procure this contract, and requires that all users, both purchasers and awarded vendors comply as well.
Contract prices are extended and guaranteed to any local government or political subdivision of the state, public
educational institutions, other public agencies or authorities with the State of Florida, and entities approved by
the manufacturer to participate in this contract.
Out of state sales are permitted under this contract. All purchasers are bound by their local governing purchasing
ordinances, rules and regulations.
All awarded vendors are governed by their manufacturer agreements and the Contract Terms and Conditions.
List of Awards for FSA17-VEL1S.0 Cabs & Chassis and Other Fleet Equipment:
-~;H ·'i;ri~.'
::adill
fWal
:OJR Pembroke Pines
!t Equipment Co., Inc.
ment
. Company
Duval Ford I
Environmer
Everglades Farm
16951
441 US H¥.I
1405 US 1/
4422 HWY
13601 Pine
6750'MlIIbl
505 Bellevue Ave.
nAvenue
~
1208 South'
~ ~
1
25251
2017 NW 16th 5t
12918 N Nebraska
LLC. 8418 Palm River Road
8139 State Road 33 N
4765 Capital Or NW
8515 State Road
[General
[General >t&
Godwin I
GS Equipment. Inc.
IKellyTractor~
Ilou Bachrodt
Me>
Mid
Morbark, LLC
Nextran 1
OpiCPOWE
II Florida
;o~
h Florida
s Inc.
~o;;"er-
360 South Milit<
[255W.
[8331
18507 S. '
Street
e Biossol
e Road
'SAvenuI
Circle
7245 NW36St
8205 NW!
21411
~6E.
378
eguin
ebring
Nest Fargo
..
Tampa
Tampa
Lakeland
flake Placid
FSA17-YEH1S;O Cab Chassis Trucks and Other Equipment
Awarded Vendor Directory
~L
FL
FL
:~Q. ·:ttm~~~· '1l~~Mb'e:~ ~~1t~"tS~-
Aceituno 813-6219571 407-450-5392 c.aceitUi
2-351-2383 352-598-0041 MSLEEPI
34972IBiI!
Gansser
Miller
Young
Edwards
33916 Brian Creel
32720 Howard Williams
27011 Kristie Willett
32210 Matthew Forte
32703 Jeff Haase 407-798-0004
--------
;83-1009
[94E~.-~ __ ....
1-371-4263
1-381-6322
@bie
@alaniay.
(1iIalaniav
t.gansser@doosan.com
LLER1@COGGINAUTO.CI
>vounr!@containersvs ~--
jhaase@mvepg
33430 Mark Gulick 941-722-3281 813-478-2145 mgulick@
33612 Steve Ricke 813-631-0000 407-255-6475 steve@feder;
33619 William Cannon 904-737-6000 9[)4..303-343S beaMon fla
33809 Phares Acuff 863-984-5151 863-984-5152 pacuff@f!utifity.
Howard 850-701-0163 850-508-6214 zackh@fourstarfreig
Sadler 904·692-3673 386-937-44n shawn@futchsdeo'
334istleonard DeSanti 551-685-8905 561-373-1801 Idesantl(algeneri!~
:2254 Joel Overfield 904-389-5541 904-:
_~243 2785 Icole.ghc:fl@lv
Holowecky 1561-996-3095 l:;>oJ.-'v';>-",D'l'+ 1""'m~Krdu!:!<mo.,;l
Young
Young_
Bennett
ISmith
Costello
Antonini
Burkholder
Abatecola
Rodgers
Bennett
Newman
407-295-3846
239-495·9898
863-534-1551
305--------
1-848~
.~'-.l/::i-330~
_1407-295.9777
1863-1
863-SJ.!:f--U!>J.1
941-739-2072
954-793-7010
239-334-3527
407-295--3846
305-592-5360
407--841·7867
954--793-7010
239-849-7488
407·509·6651
786-229-7037
941-2328 3298
813-956-
S61-818~
863-381-
'@lgseaulp
on i ck@orlandofreig
(alwbg
f:reg bennett@kellvtl
[WCOST
georgeordrew@l
omeadows(al
ioe@) .-
y.burkholder@
@lnextrancorp.
Iglno@p:
gers@p;
patsoumo@
~v«il
eQUIP
FLORIDA SHERIFFS ASSOCIATION
P.O. BOX 12519
TALLAHASSEE, FLORIDA 32317-2519
Florida Sheriffs Association Invitation to Bid
Cooperative Purchasing Program Bid FSA17-VEH1S.0
Bid Number:
Bid Title:
Mandatory Pre-Bid Meeting
Pre-Bid Conference to be held at
Electronic Responses Due:
Paper Documents Due:
(sealed bids)
Sealed Bid Submittals Received at:
FSA17-VEH15.0
Cab & Ch.assis Trucks & Other Fleet
Equipment
June 23,2017 -9:00 AM EST
Falkenburg Road Jail Assembly Room
520 North Falkenburg Road
Tampa, Florida 33619
September 6, 2017 at 12:00 Noon EST
September 8, 2017 by 5:00 PM EST
FLORIDA SHERIFFS ASSOCIATION
Attn: Cooperative Bid Coordinator
2617Mahan Drive
Tallahassee, FL 32308
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 1,2017 and ending September 30,2018, with manufacturer's'
authorized dealers for the purchase of 2017~2018 vehicles, trucks and heavy
equipment on a "no trade-in basis."
ALL prospective bidders are required to attend the MANDATORY Pre-Bid
Meeting.
ADVERTISEMENT
Cab & Chassis Trucks & Other Fleet Equipment
BID NUMBER: FSA17-VEH15.0
The Florida Sheriffs Association and Florida Association of Counties invite
interested bidders to submit bid proposals for 2017-2018 Cab & Chassis Trucks &
Other Fleet Equipment.
This contract shall be awarded to the lowest and best responsive bidder by
specification, by manufacturer, by zone.
No bidder may withdraw his bid for a period of sixty (60) calendar days after the
date set for the posting thereof.
Bidders are hereby advised that the Florida Sheriffs Association reserves the right
to 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.
FLORIDA SHERIFFS ASSOCIATION
BY:~~
Steve Casey
FSA Executive Director
PUBLISH: FSA Website
April 10, 2017
FLORIDA
SHERIFFS ASSOCIATION
Contract: FSA17-VEH1S;O Cab and Chassis Truck and
Other Fleet Equipment
Contract: FSA17-VEl2S.0 Police Rated, Administrative,
Utility Vehicles, Trucks and Vans
Contents
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms a nd Conditions Rev 8-4-2017
1.0 GENERAL CONDITIONS ...............................................................................................................•............... .5
1.01 BID CORRESPONDENCE .........•......................................................................................................... .5
1.02 PURPOSE ...............................................................................................................................•........... 6
1.03 TERM OF CONTRACT .......................................................................•.................•..............•................ 6
1.04 ESTIMATED QUANTITIES (Vehicles and Equipment) .. ; .................................•...........•......•................ 6
1.05 SHERIFF AS COUNTY CONSTITUTIONAL OFFiCER ............................................................................. 6
1;06 COOPERATIVE PURCHASING ............................................................................................................ 7
1.07 FUNDING ...............•........................................................................................................................... 7
1.08 CURRENCy ....................................•...................•.••........................................•.........•........••................ 7
1.09 GENERAL DEFINITIONS ...........................•.....................•................................................................... 7
1.10 ELIGIBLE PURCHASERS OF CONTRACT .............................................................................................. 9
1.11 LEGAL REQUiREMENTS .....................................................•.............................................•................. 9
1.12 PATENTS & ROYALTIES ........... : ..............................................................................................•.......... 9
1.13 FEDERAL AND STATE STANDARDS .................................................................................................... 9
1.14 UNDERWRITERS' LABORATORIES .........................................................................................•......... 10
1.15 AMERICAN WITH DISABILITIES ACT .................•..............................................•............................... 10
1.16 REASONABLE ACCOMMODATION ...................................•.............................................................. 10
1.17 MINORITY BUSINESS ENTERPRISE (MBE) ................................................ , ...........................•.......... 10
1.18 ANTI-DISCRIMINATION .....•....................................................................................................•........ 10
1.19 BEST COMMERCIAL PRACTiCES .......................................................................... ; ........................... 10
1.20 PUBLIC ENTITY CRIMES (PEC) ......................................................................................................... 10
1.21 TAX EXEMPTION ............................................................................................................................. 11
1.22 TAXES .............................•............................•................................................... ~ ............................... 11
1.23 ORDER OF PRECEDENCE IN THE EVENT OF CONFLICT ................................................................... 11
1.24 COMMUNiCATIONS .......•................................................................................................................ 11
1.25 CLARIFICATION AND ADDENDA TO BID SPECIFICATIONS .............................................................. 11
1.26 SIGNED BID CONSIDERED AN OFFER .............................................................................................. 12
1.27 ASSIGNMENT OF CONTRACT .......................................................................................................... 12
FSA Cooperative Purchasing Program 2017-2018
Page 1
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions R,,8-4-2017
1.28 TERMINATION OF PRODUCT LINE .................................................................................................. 12
1.29 METHOD OF AWARD ...................................................................................................................... 12
1.30 DEMONSTRATION OF COMPETENCy .............................................................................................. 13
1.31 VENDOR ABILITY TO PERFORM ...................................................................................................... 13
1.32 FINANCIAL RESPONSIBILITY ............................................................................................................ 13
1.33 QUALITY AND SAFETY .................................................................................. , ............ , ..... , ............... 14
1.34 NONCONFORMANCE TO CONTRACT CONDITIONS ........................................................................ 14
1.35 WAIVER OF INFORMALITIES ........................................................... : ............................................... 14
1.36 GRATUITIES· ..................................................................................................................................... 14
1.37 TIE BIDS ........................................................................................................................................... 14
1.38 RIGHT TO AUDIT ...................... ; ...................................................................................................... 15
1.39 LIABILITY, INSURANCE, LICENSES AND PERMITS ............................................................................ 15
1.40 BID BONDS, PERFORMANCE BONDS, CERTIFICATES OF INSURANCE.. ........................................... 16
1.41 ELIMINATION FROM CONSIDERATION ........................................................................................... 16
1.42 COlLUSION ..................................................................................................................................... 16
1.43 DEFAULT ......................................................................................................................................... 17
1.44 PROTESTS AND ARBITRATION ........................................................................................................ 17
1.45 NONPERFORMANCE ....................................................................................................................... 18
1.46 CANCELLATION ............................................................................................................................... 18
1.47 SEVERABILITY .................................................................................................................................. 19
1.48 TERMINATION FOR DEFAULT ......................................................................................................... 19
1.49 TERMINATION FOR CONVENIENCE OF FSA .................................................................................... 19
1.50 INTELLECTUAL PROPERTY ............................................................................................................... 19
1.51 CONTRACT ADVERTISMENT AND USE OF FSA LOGO ..................................................................... 19 • .
2.0 BIDDER INSTRUCTIONS ............................................................................................................................. 20
2.01 FIRST YEAR BIDDER QUALIFICATIONS ............................................................................................ 20
2.02 LICENSiNG/FACiLITIES ..................................................................................................................... 20 .
2.03 INSURANCE AND INDEMNIFICATION ............................................................................................. 20
2.04 SPECiFiCATIONS .............................................................................................................................. 22
2.05 FIXED PRiCES ................................................................................................................................... 23
2.06 SEALED BIDS .................................................................................................................................... 23
FSA Cooperative Purchasing Program 2017-2018
Page 2
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions .,,8-4-2017
2.07 NO BID .........................•............................................•..................................................................... 23
2.08 SPECIFICATION EXCEPTIONS, OMISSION AND ERRORS .................................................................. 23
2.09 MiSTAKES ..........................................•.................................................................................. : .......... 23
2.10 SAMPLES ......................................................................................................................................... 23.
2.11 EQUIVALENTS ...........••............................................ , ....................................................................... 24
2.12 MANDATORY PRE-BID MEETING .•..•.....•..........................................................................•..•........... 24
2.13 PRICES QUOTED ............ ; .................•.............................................. : ................................................ 25
2.14 OPTION PRICING ..........................•................................................................................................•. 25
2.15 SUBMITTAL OF BID ......................................................................................................................... 26
2.16 EXECUTION OF BID .....•................................................................•.................................................. 27
2.17 MODIFICATION OR WITHDRAWALS OF BIDS ................................................................................. 28
2.18 LATE BIDS .....................................................................................•.................................................. 28
2.19 BID OPENING ...... : .......•................................................................................................................... 28
2.20 DETERMINATION OF RESPONSIVENESS ......................................................................................... 28
2.21 BID TABULATIONS ......•..................................................•................................... : ............................. 28
2.22 MINOR IRREGULARITIES/RIGHT TO REJECT .................................................................................... 28
2.23 CONE OF SILENCE .....................•.......................................................................................•............. 28
3.0 CONTRACT CONDITIONS ........................................................................................................................... 30
3.01 GENERAL REQUIREMENTS FOR ALL VEHICLES AND EQUIPMENT .................................................. 30
3.02 STATEMENT OF AUTHORITY ........................................................................................................... 30
3.03 VENDOR CONTACT INFORMATION .....••........................................................................................ .30·
3.04 BID EVALUATION CRITERIA ............................................................................................................. 30
3.05 BASIS FOR AWARD .......................................................................................................................... 31
3.06 BID WiTHDRAWAL .......................................................................................................................... 31
3.07 ZONE BIDDING ............................................................................................................................... .31
3.08 OPTION TO RENEW WITH PRICE ADJUSTMENT ........•.................................................................... 31
3.09 ADDITIONS AND DELETIONS ..............•............................................................................................ 32
·3.10 EQUITABLE ADJUSTMENT .................................................. : ............................................................ 32
3.11 DISCOUNTS ...................................................................................................................................... 32
3.12 CONDITIONS .................................................................................................................................. .32
3.13 PRODUCTION CUTOFF .................................................................................................................... 32
FSA Cooperative Purchasing Program 2017·2018
Page 3
flORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions Rev 8-4-2017
3.14 FACILITIES ....................................................................................................................................... 33
3.15 SUBSTITUTIONS ............................................................................... , .............................................. 33
3.16 POLICE RATED VEHiCLES/MOTORCyCLES ....................................................................................... 33
3.17 SPECIAL SERVICE VEHiCLES: ........................................................................................................... .33
3.18 EMERGENCY LIGHT AND SIREN CERTIFICATION STANDARDS ......................... : .............................. 34
3.19 CAB AND CHASSIS PURCHASES ....................................................................................................... 34
3.20 FACTORY INSTALLED ....................................................................................................................... 34
3.21 VENDOR INSTALLED .............................. , ........................................................................................ .35
3.22 NON-SCHEDULED OPTIONS ............................................................................................................ 35
3.23 FORCE MAJEURE ............................................................................................................................. 35
3.24 DELIVERY TIME ............................ , ................................................................................................... 35
3.25 ORDER ............................................................................................................................................. 36
3.26 VEHICLE DELIVERY .......................................................................................................................... 37
3.27 INSPECTION AND ACCEPTANCE ...................................................................................................... 38
3.28 VEHICLE TAGS AND TITLE ............................................................................................................... 38
3.29 INVOICING AND PAYMENTS ........................................................................................................... 39
3.30 WARRANTY REPAIRS AND SERVICE ................................................................................................ 39
3.31 INADEQUATE SERVICE .................................................................................................................... 39
3.32 REPORTING: PURCHASE ORDERS & QUARTERLY REPORTS ............................................................ 39
3.33 ADMINISTRATIVE FEE .................................................................................................................... .40
3.34 FINES ............................................................................................................................................... 41
Addendum A ................................................................................................................................................ .42
Addendum B ................................................. , ............................................................................................... 43
Addendum C ................................................................................................................................................ .44
Addendum D ................................................................................................................................................. 45
FSA Cooperative Purchasing Program 2017·2018
Page 4
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions Rev8-4-2017
1.0 GENERAL CONDITIONS
1.01 BID CORRESPONDENCE
All correspondence regarding this bid should be directed to the Florida Sheriffs Association IIFSA", 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
Greg Tish, FSA Cooperative Purchasing Program Coordinator
E-mail: gtish@flsheriffs.org
Phone: 850-877-2165 ext. 241
Fax: 850-878-5115
Annette Grissom, FSA Cooperative Purchasing Program Manager
E-mail: agrissom@flsheriffs.org
Phone: 850-877-2165 ext. 231
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 Purchasing Program 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.
FSA Cooperative Purchasing Program 2017-2018
Page 5
1.02 PURPOSE
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions Ro,8-4-2017
The Florida Sheriffs Association invites interested Bidders, induding Motor Vehicle Manufacturers and Dealers/Certified
Representatives to submit responses in accordance wfth these solicitation documents. The Florida Sheriffs Association
will serve as the IfCont~act Administrator" in the solicitation process and the administration of the contract. The purpose
of this bid is to establish a twelve (12) month contract, beginning October 1st . and ,ending September 30th, annually with
manufacturers and manufacturer's authorized dealers for the purchase of vehicles and equipment on a /lno trade-in
basis".
Trade-ins are not -addressed in this contract. If a Purchaser has a desire to offer vehicles/equipment for trade to the
vendor, the Purchaser and dealer may do so at their sole discretion, separate and apart from this contract.
1.03 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 sale 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 an'd the Purchasers.
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 afthe contract. The month-ta-month extension shall be upon the same terms
of the contract and at the compensation and payment provided herein.
1.04 ESTIMATED QUANTITIES (Vehicles and Equipment)
In FY 2015-16 eligible users purchased approximately 9,800 vehicles and pieces of equipment from this contract. These
estimated figures are given as a guideline for Vendors preparing bids.
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.
1.05 SHERIFF AS COUNTY CONSTITUTIONAL OFFICER
The Offices of ihe Sheriff in the State of Florida are constitutional offices of the State of Florida. Each has the authority
either individually or colle~ively to execute contracts for all goods and services for the proper conduct of that office.
Section 30.53, Florida Statutes, exempts the sheriffs' offices from the prOVisions of the Florida Statute requiring, 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 sheriffs' offices for any payment for any activity or costs incurred by any bidder in
responding to this proposal.
FSA Cooperative Purchasing Program 2017-2018
Page 6
flORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions ",v8-4-2017
1.06 COOPERATIVE PURCHASING ?
Pursuant to their own governing laws, and subject to the agreement of the Vendor, other entities may be permitted to
make purchases following the terms and conditions of this Contract.
1.07 FUNDING
Funds expended for the purposes of the contract must be appropriated by the individual participating agency for each
fiscal ye!'lr included within the contract period. 'Therefore, the, contract shall automatically terminate without penalty or
termination of costs if such funds are not appropriated. .
1.08 CURRENCY
All transaction amounts, bids, quotes, provisions~ payments or any part of this contract relating to currency are to be
made in United States Dollar.
1.09 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)
An employee of a sheriffs office and other local governmental agencies in the State of Florida 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
The proposer that has been awarded and agrees to provide products/ vehicles, trucks, or equipment/ which meet
the requirements} specifications/ terms ahd conditions of the agre~ment contract, to eligible Purchasers, as
defined herein,
(d) Purchaser
An eligible Purchaser as defined in General Conditions Section 1.10 Eligible Purchasers of Contract.
(e) Bid
A competitive bid procedure established through the issuance of an invitation to bid. The term I/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
A proposer or enterprise that submits a formal offer to the FSA Cooperative Purchasing Program Administrator
in accordance with the Contract Terms and Conditions.
FSA Cooperative Purchasing Program 2017~2018
Page 7
(g) Dealer
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions R,v8-4-2017
A manufacture's certified representative authorized by the manufacturer to market, sell, provide, and service
the vehicles/equipment for 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 or equipment responsive to this Bid.
(i) Factory
Refers to the manufacturer; the assembly line.
OJ 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.
(m) Third Party Supplier
Those external to an enterprise who provide products and services that contribute to the overall finished vehicle.
Third Party Suppliers are contractors under the direction and responsipility of the awarded Vendor and may also
be referred to as upfitters within this document.
(n) Manufacturer's Suggested Retail Price (MSRP)
Manufacturer's Suggested Retail Price (MSRP) represents the Manufacturer's recommended retail selling price,
list price, published list 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 Autobookll
; or Cl:pproved
equivalent
2 .Chrome Systems, Inc.'s PC Carbook (PC Carbook Plus and pc Carbook Fleet Edition)
3. Manufacturer's Annual U,S. Price Book
4. Manufacturer's official website
(0) Published List Price
A standard ((quantity of one" price currently available to government and educational purchasers excluding
cooperative or volume discounts.
(p) Production Cutoff
A term used by manufacturers to notify dealers that the factory has reached maximum capacity for orders.
Vehicle manufacturers use this term when referring to any given model year for production.
(q) End User
A term used to distinguish the person who ultimately uses or is intended to use a product orfor whom a product
is deSigned for use.
(r) Vehide Bid Award System (VeBA)
The online system used for the submission of electronic bids and tabulation of bid results for the specifications
connected to this Invitation to Bid.
FSA Cooperative Purchasing Program 2017-2018
Pag' 8
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions ",,8-4-2017
1.10 ELIGIBLE PURCHASERS OF CONTRACT
Awarded bids, or contract prices, will be ext~nded and guaranteed to any local government agency or political subdivisions
of the state, induding but not limited to counties, boards of public instruction, municipalities or police agencies, other
local or public safety agencies or authorities within the State oJ-Florida, or 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 canl')ot guarantee any order other than those ordered through each individual agency.
All Purchasers are bound by local governing purchasing ordinances, rules and regulations that shall apply to purchases
made under this contract. All awarded Vendors are governed by their manufacturer's agreement,
Out of state sales are permitted under this contract. However, all Purchasers are bound by their local governing purchasing
ordinances, rules and regulations and shall apply to purchases made under this contract. All Vendors are governed by
their manufacturers agreement. All Vendors referencing this contract for the purpose of facilitating sales outside the
State of Florida must accept the terms and conditions of t~is contract.
1.11 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.
1.12 PATENTS & ROYALTIES
The bidder, without exception, shall indemnify and save harmless the FSA and its employees from liability of any nature
or kind, including costs 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, i,ncluding its use by the FSA or a Purchaser.
If the bidder uses any d~sign, device or materials covered by letters, patent, or copyright, it is mutually understood and
agreed, without exception, that the bid prices shall rnclude all royalties or cost arising from the use of such deSign, device,
or materials in any way involved in the work.
1.13 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.
In addition, any applicable federal or State legislation that 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 shall meet or exceed any such requirements of the laws and
regulations. If an apparent conflict exists, the Awarded Vendor shall contact the FSA Cooperative Purchasing Program
Administrator immediately.
The bidder warrants that the product supplied to the FSA or Purchaser 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.
FSA Cooperative Purchasing Program 2017·2018
Page 9
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions Rev84-2017
The bidder shall obtain and pay for all licenses, permits and 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.
1.14 UNDERWRITERS'LABORATORIES
Unless otherwise stipulated in the bid, all manufactured items and Jabricated assemblies shall be Underwriters'
Laboratories, or U.l., listed or re-examination listing where such has been established by U.L. for the item(s) offered and
furnished.
1.15 AMERICAN WITH DISABILITIES ACT
To request this material in accessible format, sig," language interpreters, information on access for persons with
disabilities, or any accommodation to review any document or participate in any FSA sponsored proceeding, please
contact FSA Human Resources at (850) 877-2165 five days in advance to initiate your request. TTY users may also call the
Florida Relay Service at 711.
1.16 REASONABLE ACCOMMODATION
In accordance with the Titl~ II ofthe,Americans·with Disabilities Act, any person requiring an accommodation atthe Bid
opening because of a disability must contact the FSA Human Resources at (850) 877-2165.
1.17 MINORITY BUSINESS ENTERPRISE (MBE)
The Florida Sheriffs Association Policy is that Minority Business Enterprises (MBE) shall have the opportunity to participate
in this invitation to bid. Such process would be for supplying goods and services to FSA and Purchasers.
1.18 ANTI-DISCRIMINATION
The bidder certifies that he/she is in compliance as applicable by federal or 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 .
. 1.19 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.
1.20 PUBLIC ENTITY CRIMES (PEC)
In accordance with the Public Entity Crimes Act, Section 287.133, Florida Statutes, a person or affiliate who has been
placed on the convicted vendor list maintained by the State of Florida Depat1ment 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,
FSA Cooperative Purchasing Program 2017-2018
Page 10
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions ",,8-4-2017
may not submit bids on leases of real property to public entltyj 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 Section 287.017, Florida Statutes, for CATEGORY TWO for a period of 36
months from the date of being placed on the convicted vendor list.
1.21 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. Purchasers shall comply with a~1 federal, state and local tax requirements.
The Florida Sheriffs Association is a SOl(c)3 organization and is exempt from all Federal Excise and State Taxes. State Sales
Tax and Use Certificate Number is 85-8012646919C-3.
1.22 TAXES
Customers making a purchase pursuant to the awarded bid are generally exempt from Federal Excise and State Sales Tax.
It is the responsibility ofthe Vendor to verify that the Purchaser is exempt by obtaining the Purchaser's Federal Excise and
State Taxes and Use Certificate Number.
1.23 ORDER OF PRECEDENCE IN THE EVENT OF CONFLICT
In the event of conflict, the conflict may be resolved in the following order of priority (highest to lowest):
1. Addenda to Contract Terms and Conditions, if issued
2. Bidder Instructions
3. Contract Conditions
4. General Conditions
1.24 COMMUNICATIONS
Communications between a proposer, bidder, lobbyist or consultant and FSA are limited to matters of process or
procedure.
Bidders should not rely on representations, statements, or explanations other than those made in this Bid or in any written
addendum to this Bid.
1.25 CLARIFICATION AND ADDENDA TO BID SPECIFICATIONS
Any questions or clarifications concern'mg the Invitation to Bid shall be submitted bye-mail to CPP@flsher'lffs.org with
the bid title and number referenced on all correspondences. All questions must be received by the date included in the
FSA Bid Calendar. Questions and responses will be posted to the FSA Cooperative Purchasing Program website as outlined
in the FSA Bid Calendar. Interpretation of the specifications or any solicitation documents will NOT be made to the Bidder
verbally, and if any verbal clarifications are provided they are without legal effect.
CLARIFICATION QUESTIONS WILL NOT BE RECEIVED AFTER THE CONE OF SILENCE DEADLINE LISTED ON THE BID
CALENDAR.
The FSA shall issue a Formal Addendum if substantial changes which impact the technical submission of Bids are required
which will be posted on the FSA Cooperative Purchasing Program webite. Any such addenda shall be binding on the Bidder
FSA Cooperative Purchasing Program 2017~2018
Page 11
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions Rev8-4-2017
and shall become a part of the soliCitation document. In the event of conflict with the original Contract Terms and
Conditions, Addendum shall govern to the extent specified; Subsequent Addendum shall govern over prior Addendum
only to the extent specified.
FSA will make every attempt to e~mail updates to registered bidders, However, posting on the FSA website constitutes
proper notice of addenda.
The Bidder shall be required to acknowledge receipt of the Formal Addendum by signing in the space provided. 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 explanation or interpretation made verbally or in writing by
any other FSA representative.
1.26 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.
1.27 ASSIGNMENT OF CONTRACT
No right or interest in this Contract may be assigned, transferred, conveyed, sublet or otherWise disposed of, without
prior written consent of the FSA.
[f the original Vendor sells or transfers all assets or the entire portion of the assets used to perform this Contract, a
successor-in-interest must perform all obligations under this Contract. FSA reserves the right to reject the acquiring entity
as Vendor. A change of name agreement will not change the contractual obligations of the Vendor.
1.28 TERMINATION OF PRODUCT LINE
If an FSA-awarded vendo~ terminates a product line (manufacturer or brand), the dealer is required to notify the FSA
Cooperative Purchasing Program Coordinator within 10 business days of the decision not to retain the product line.
In the event a manufacturer reassigns the product line to an alternate dealer, the manufacturer and the vendor are
required to immediately notify the FSA in writing of the change within 10 business days confirming the reaSSignment. If
the dealer is not already an .approved FSA vendor, the dealer is required to apply to the FSA to become an approved
vendor PRIOR to conducting any qualified sales. The vendor 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.
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 ofthe FSA.
FSA Cooperative Purchasing Program 2017·2018
Page 12
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions .,,8-4-2017
1.30 DEMONSTRATION OF COMPETENCY
Pre-award inspection ofthe Bidder's facility may be made priorto the award of contract. Bids will only be considered from
firms which are regularly engaged in the business of providing the goods Of services as described in this Bid.
Bidders must be able to demonstrate a good record of performance for a reasonable period oftime, and have sufficient
financial support, equipment and organization to ensure they can satisfactorily execute the services if awarded a contract
undert.he terms and conditions herein stated.
The terms "equ ipment and organization H 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 with the FSA in making the award.
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 information
from the source of supply 'regar,ding the quality, packaging and characteristics of the products. Any conflicts between this
material information provided by the source of supply and the information contained in the Bidder1s Bid may render the
Bid non-responsive.
1.31 VENDOR ABILITY TO PERFORM
During the contract period, FSA may review the Vendor's record of performance to ensure that the Vendor is providing
sufficient financial support, equipment and organization.
If the FSA determines that the successful Bidder no longer possesses the financial support, equipment and organization
in orderto comply with this section, FSA has the authority to immediately terminate the contract awarded.
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 the obligations of the Contract. 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 maintain,ed by
any other state or the federal government. The Vendor shall immediately notify the FSA and Purchaser in writing if its
ability to perform is compro'TIised in any manner during the term of the-contract.
1.32 FINANCIAL RESPONSIBILITY
Bidder affirms by the signature on the contract signature page that the Bidder:
• 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 capita! (in
the form of liquidity or credit lines) in order to meet the financial demands of such award;
• Has assessed thejinancial responsibility required to serve the contract as bid, including such details as the obligations
. to perform all specifications bid, zones bid, and quantities that could be ordered, 'as well as timing of payment from
FSA Cooperative Purchasing Program 2017-2018
Page 13
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions Rev8-4-2017
Purchasers, which can be 45 days from receipt of invoice; and
• Assumes full responsibility that 'all vehicles delivered to the Purchaser are free and dear of all outside Hens,
encumbrances, security interests apart from the dealer floor plan or other dealer inventory finance security
interest.
1.33 QUALITY AND SAFETY
. 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 tha~ meet
or exceed federal safety standards.
Products requiring certification should require certification of options in cases where non-certified options could result in
the decertification of the original product or warranty. In all cases where options are not certified, the Vendor must
disclose to the end user that the non-certified options are not required to be certified. All options must mee~ or exceed
federal safety standards.
1.34 NONCONFORMANCE TO CONTRACT CONDITIONS
Items may be tested for compliance with specifications. Items delivered that do not conform to specifications may be
rejected and returned at the vendor's expense. Items not meeting the specificiations and items not del1vered within a
reasonable period of time after expected delivery date may be purchased outside of the FSA contract.
Any violation of these stipulations may also result in:
• Vend~r's name being removed from'the awarded Vendor list.
• FSA and Purchasers 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.
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
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 Purchaser Service
FSA Cooperative Purchasing Program 2017-2018
Page 14
• Coin Toss
1.38 RIGHT TO AUDIT
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions R,v8-4-2017
Vendor shall establish and maintain a reasonable accounting system that enables 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) pertaining to
this Contract, including all government sales and eligible users information whether kept by or under the control of the
Vendor, including, but not limited to those kept by its employees, agents, assigns, successors, and Sub-Vendors. Such
records shaH include, but not be limited to, accounting records, written policies and procedures; subcontract files
(includ1ng 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 sHps; bank statements;
journals; original estimates; estimating work sheets; contract amendments and change orderfiles; back charge logs and
supporting documentation; insurance documents; memoranda; and correspondence,
Vendor shall, at all times during the term of this Contract and for a period of three (3) years after the completion of this
Contract, 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, 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; or opt 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
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 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,
FSA has the right to assess penalties and fines based on audit results.
1.39 LIABILITY, INSURANCE, LICENSES AND PERMITS
Where bidders are required to enter or go onto FSA or Purchaser property to deliver materials or perform work or services
as a result of a b'ld award, the successful b'ldder 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,
FSA Cooperative PurchaSing Program 2017-2018
Pag' 15
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and. Conditions Rev 8-4-2017
The bidder shall be liable for any damages or loss to the FSA or Purchaser occasioned by negligence of the bidder or any
person the bidder has designated in the completion of the contract as a result of his or her bid.
1.40 BID BONDS, PERFORMANCE BONDS, CERTIFICATES OF INSURANCE
Bid Bonds, when required, shall be submitted with the bid in the amount specified in Bidder Instructions. After acceptance
of bid, the FSA will notify the successful ~idder to submit a performance bond and certificate of insurance in the amount
specified in Bidder Instructions.
Purchaser may request a performance bond from an Awarded Vendor. Performance Bonds are recommended with pre-
payment and will be atthe expense of the requesting agency. Purchasers should determine the best practice in comparing
performance bond expense against any prior discounts that may be available.
1.41 ELIMINATION FROM CONSIDERATION
This Invitation to Bid shall not be awarded to any person or Bidder 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.
1.42 COLLUSION
Collusion is a non-competitive secret or sometimes illegal agreement between rival bidders that attempts to disrupt the
contract' process equilibrium. Collusion involves people or companies that would typically compete, but are conspiring
or working together in which the outcome results in an unfair bid advantage. The parties may collectively choose to
agree to increase or decrease its product base price in one or more zones to maximize awards thus denying the public a
f~ir price.
Examples of Bid Collision:
• Cover bidding: a competitor agrees to submit a non-competitive bid that is too high to be accepted or contains
terms that are unacceptable to the buyer.
• Bid suppression or withdrawal: a competitor agrees not to bid or to withdraw a bid from consideration.
• Market sharing: a competitor agrees to submit bids only in certain geographic areas or only to certain public
organizations.
• Bid rotation: competitors agree to take turns at winning business while monitoring their market shares to
ensure they all have a predetermined slice of the pie.
• Non-conforming bids: competitors deliberately include terms and conditions they know will not be acceptable
to the FSA Cooperative Purchasing Administrator.
Bidders or Vendors who have been found to have engaged in collusion will be considered non-responsive, and will be
suspended or barred from bid participation, and any contract award resulting from collusive bidding may be terminated
for default.
VendorS/Dealerships ant;J their representatives may submit multiple bids without conflict of "Collusion" if the bid
submitted is not from the same manufacturer and product line, Dealerships which share the same ownership may
FSA Cooperative Purchasing Program 2017-2018
Page 16
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions RevB·<-L017
submit multiple bids without conflict of collusion if the bidders are not in the same region featuring the same
manufacturer and product line.
1.43 DEFAULT
Failure or refusal of a bidder to execute a contract upon award, Of withdrawal of a bid before such award is made, may
result in forfeiture of that portion of any bid surety required equal to 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
awarded Vendor's list.
1.44 PROTESTS AND ARBITRATION
Options are for Informational purposes only and will not serve as a basis for protest.
Any person who is adversely affected by the decision or intended decision to award shall file a "Notice of Protest" in
writing to the FSA Coordinator within 3 business days after the posting of the Intent to Award and shall file a formal
written protest within 10 calendar days after filing the Notice of Protest. Failure to file both a notice of protest and a
formal written protest within the above referenced timelines shall constitute a waiver of proceedings.
,The burden is on the party protesting the award of the bid to establish grounds for invalidating the award(s). The formal
written protest must state with particularity the facts and law upon which the protest !s based. Failure to do so will result
in a denial of protest. Formal written protest which states with particularity the facts and law upon which the protest is
based will be reviewed by FSA legal counsel for legal soundness and validity and corrective action will be taken contingent
upon the validity of such claims. However, any additional time required and cost incurred by the FSA to substantiate a
protesting party's claim{s} beyond the,normal scope of its legal review due to the vague or inconclusive nature of the
protesting party's filing will be reimbursable to the FSA and deducted from the protesting party's bond or security which
must accompany their filing.
Any person who files an action prote'sting a decision or intended decision pertaining to this contract shall post with the
Florida Sheriffs Association at the time of filing the formal written protest or within the 10 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 costs 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. The filing of the protest 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 days of the FSA
bid protest decision. Any person who files for an arbitration with the AAA shall post with the Florida Sheriffs Association
at the time offiling 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, orfailure to post the required bond and security requirement within the specified timeHnes 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 and bear the cost of their own attorney fees. The filing for arbitration shall not stay the implementation of the bid
FSA Cooperative Purchasing Program 2017-2018
P'g' 17
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions Rev8-4-2017
award by the Florida Sheriffs Association.
l.4S NONPERFORMANCE
The 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 ability orwillingness
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, suspended or
terminated from the contract and future competitive bid solicitations at the discretion of the FSA Cooperative Pu rchasing
Program Administrator.
At FSA's discretion. Vendors may be required to develop corrective action plans to address contract compliance. In
situations where there is evidence that the Vendor, "fleet sales manager or other representative has demonstrated
egregious breaches of the contract or trust to both with the FSA and the Purchaser, the contract will automatically be
terminated and the Vendor will be removed from future solicitations for a period of three (3) years and up to a permanent
ban from the bid process.
Failure to abide by.corrective action plans will result in the dealer and the dealer representative being terminated from
the eXisting contract and future competitive bid ~olicitations at the discretion of the FSA Cooperative Purchasing Program
Administrator.
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 or the new year if the vehicle
is price protected by the factory, charging amounts exceeding MSRP on factory or dealer 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 Purchaser, any
misrepresentation of optional equipment or service as being tlfactoryli 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'and deliver the product; regardless of whether the vehicle or
equipment is a base mod.el or includes options at a higher cost. The Vendor must deliver this vehicle regardless of profit
or loss based on their respective bid. Failure to deliver the 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.
1.46 CANCELLATION
In the event any of the provisions of this contract are violated by the Vendor, the FSA Cooperative Purchasing
Administrator shall give written notice to the Vendor stating the deficiencies and unless deficiencies are corrected within
10 business days, the contract is subject to immediate cancellation. The FSA reserves the right to terminate any contract
resulting from this invitation at any time and for any reason, upon giving 30 days prior written notice to the other party.
FSA Cooperative Purchasing Program 2017~2018
Page 18
1.47 SEVERABILITY
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions R,,8-4-2017
In t~e 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.
1.48 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 terms of this contract, the FSA shall have the right to terminate the services remaining to be
performed. Written notice shall be given 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 !n accordance with the contract 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 ofthe contract by the bidder, and the FSA may reasonably withhold payments to the successful
bidder forthe purposes of off set until such time as the exact amount of damages due the FSA from the successful bidder
is determined.
1.49 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 l which shall become effective 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.
1.50 INTELLECTUAL PROPERTY
Except for the rights expressly granted to the End User under this contract, the FSA will retain all right, title and
interest in and to the licensed teChnology, including all worldwide technology and intellectual property and
proprietary rights.
1.51 CONTRACT ADVERTISMENT AND USE OF FSA LOGO
Vendor must not advertise or publish information concerning this Contract before the award is announced by the FSA.
Once the award is made, a Vendor may advertise the awarded Contract to both current and potential purchasers,
The official FSA Logo representing the sheriff's star and wreath may not be used without written permission. This
written request must include the detail of the logo's use and examples of said usage.
FSA Cooperative Purchasing Program 2017-2018
Page 19
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions R,vB-H017
2.0 BIDDER INSTRUCTIONS
2.01 FIRST YEAR BIDDER QUALIFICATIONS
In order for bids to be considered, first year Bidders to the Florida Sheriffs Association Cooperative Purchasing Program
must provide supporting material with their bid submIssion to demonstrate that they are qualified to satisfactorily
perform as an awarded vendor.
Supporting material shall be provided on a thumb drive and shall include:
a. All information necessary to certify thatth'e bIdder maintains a permanent place of business;
h. A statement from the manufacturer that the bidder is an authorized distributor for the proposed manufacturer;
c. Information that the Bidder has not had just or proper claims pending against them or their company;
d. A listing of contracts for similar services that have been provided to public or private sector clients within the last
three (3) years;
e, Shall furnish the names, addresses, and telephone numbers of 5 government agencies for which the Bidder is
currently providing or has provided similar services; and
f. A Request for Consideration letter on company letterhead, which shall bedated prior to the bid submission date,
which should include:
1. The length of time the company has been in business;
2. The DUn and Bradstreet and/or Experian Business number;
3. If the company currently sells on a state or federal contract, if so identify which contract;
4. How many years of experience in government sales the company has;
5. Whether the company can accommodate fleets sales.,
6. Proof of a business line of credit from the guarantor used to support government fleet operations;
7. Additional information about the product line; and
8. Whether the company has ever been disqualified from any contract, jf so identify which contract.
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
Vendor sha.11 be fully liable for the actions of its agents, employees, partners, or third party suppliers 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 third party suppliers; provided, how.ever, 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.
FSA Cooperative Purchasing Program 2017·2018
Page 20
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions "0'8-4-2017
Vendor's obligations under the above paragraph with respect to legal action are contingent 'upon the Florida Sheriffs
Association and/or participating agencies giving the bidder (1) written notice of any action or threatened action, and (2)
the opportunity to take over and settle or defend any such action at bidder's sale 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 the 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, alJ 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 contractor.
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 requirements of this section.
The Vendor shall maintain automobile liability insurance including property damage covering all-owned, non-owned or
~ired automobiles and equipment used in conne~ion with the work.
No change or cancellation in insurance shall -be made without 30 days written notice to the FSA Cooperative Purchasing
Program Administrator.
AH 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 coverages and endorsements as required herein shall be filed
with and approved by the FSA Cooperative Purchasing Program Administrator prior to execution of a ccintract with the
Florida Sheriffs Association.
The certificate must 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 stili 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 shaH 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 FSA Cooperative Purchasing
Program Administrator.
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 501(c)3, its officers, agents, and employees
from all claims for bodily injuries to the public in and up to the amount of $1,000,000 for each occurrence and
for all damages to the property of others in and up to the amount of $1,000,000 for each occurrence per the
insurance requirement under the specifications including costs of 'Investigat'lon, all expenses of litigation,
including reasonable legal counsel fees and the cost of appeals arising out of any such claims or suits because of
FSA Cooperative Purchasing Program 2q17-2018
Pago 21
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions .,v8-4-2017
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 sale 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 sale 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 third party suppliers. All policies shall be made available to the FSA upon
demand. Compliance by the Vendor and all third party suppliers with the foregoing requirements as to carrying insurance
and furnishing copies of the insurance policies shall not relieve the Vendor and all thIrd party suppliers 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 ofthe third party suppliers and of persons employed by them 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 anytime 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 FSA Cooperative Purchasing Program Administrator, may be considered.
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 wit.h respect to a liability claim or suit by another insured hereunder
or an employee of sl,Ach other insured and that with respect to claims against any insured ~ereunder, other insured's
hereunder shall be considered members olthe public; but the provisions ofthis 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 Contract 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 feat~res provided must be designed, constructed, and installed to be fully suitable for their
intended use and service.
FSA Cooperative Purchasing Program 2017-2018
Page 22
2.05 FIXED PRICES
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions ',v8-4-2017
If the bidder is awarded a contract under this Invitation to Bid, the prices quoted by the bidder on the Bid Forms shall
remain fixed and firm during the term of this contract, unless otherwise addressed in a contract extension.
2.06 SEALED BIDS
One original binder, with one copy binder, and a copy on a labeled thumb drive of the Sealed 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 herein.
A sealed bid is a completed bid that is submitted in a sealed and unopened container clearly marked with the Bid Title
and Number. Bids should be sent to the attention of FSA Cooperative Purchasing Program Coordinator, Florida Sheriffs
Association, 2617 Mahan Drive, Tallahassee FL 32308. Faxed or e-mailed bids will not be accepted.
2.07 NO BID
If not sUbmitting a bid} respond by returning the enclosed tlNO BJDII form and explain the reason.
2.08 SPECIFICATION EXCEPTIONS, OMISSION AND ERRORS
Specifications are based on the most current manufacturer literature available. Bidders should immediately notify the
FSA
Cooperative Purchasing Progrqm 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
upgrades 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 "Pricesll section of the contract specifications must be used.
Failure of a bidder to comply with these provisions will result in bidders being held responsible for all costs required to
bring the vehicle into compliance with the contract specifications.
Exceptions to the specifications at.the time of the bid shall reference the section and with a written explanation for the
request for exception. Any exceptions to the GeneraJ Conditions or Bidder Instructions shall be cause for the bid to be
considered nonresponsive.
2,09 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.
2.10 SAMPLES
Samples of items, when required, must be furnis~ed free of expense and, jf 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
FSA Cooperative Purchasing Program 2017"2018
Page 23
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions Rev'-42017
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.
2.11 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 sale 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 acceptaQ:le product quality level only and should 'not be construed as an endorsement or a product limitation of
recognized and established 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 equip-ment or supplies other than those specified In the following, it must be so
indicated in the bid submittal.
Bidder shall indicate 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.
The bid or individual specificiation will be considered n.onresponsive if the submission lacks written indication of the intent
to quote an alternate brand or model.
Dealers offering alternate makes and 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.
2.12 MANDATORY PRE-BID MEETING
ALL prospective bidders are required to attend the mandatory Pre-Bid Meeting. Atthistime 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. At this meeting the bid specifications will
be discussed and it is the final opportunity for prospective bidders to make any last request for modifications or
corrections, or address other concerns relating to the bid or the process.
All addendums to the contract initiated by the FSA will be posted on the Florida Sheriffs Association Cooperative
Purchasing Program website 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 if the bidder has met all requirements and agrees to sign a memo of
understanding (MOU) and agree to meet all the terms and conditions without exception and further waive their right to
protest the bid process in its entirety or any portion thereof.
FSA Cooperative Purchasing Program 2017-2018
Pag' 24
2.13 PRICES QUOTED
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions R,vS-'-'D17
Deduct trade discQunts and quote firm net prices. Provide both unit price and extended total, when requested. Prices
must be stated in units of quantity specified in the bidding specifications.
Vendors are to include a three quarters oj one percent (.0075) administrative fee to their base bid prices at the time of bid
submission. This 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.
In case of discrepancy in computing the amount of the bid, the unit price quoted will govern. All prices must be Free On
Board (FOB) destination, unless otherwise stated in the Bidder Instructions. The Vendor has the authority to offer
discounts for prompt payment. Cash or quantity discounts offered will not be a consideration'in determination of award
of the bid.
Awards made will be in accordance with these terms and conditions. Each specification must be bid separately. If two
items are linked together, the compound item can be removed from the bid.
2.14 OPTION PRICING
FSA Cooperative Purchasing Program Administrator has tile discrection to disqualify Bidders if the pricing-iS ex.cessive.
The bidder shall offer discount below Manufacturer's Standard Retail Pricing (MSRP) or manufacturers published list price
for any factory add options included in the bid submission and in resulting customer orders, if awarded,
Agencies are encouraged to negotiate option pricing with Vendors. Discounts can be provided beyond published list price
of add options. The additional discounts for each add option shall be decided by the Vendor.
When calculating the price for a manufacturer's option requested in this bid that is not listed as an option in the
manufacturer's order guide (i.e. model or engine upgrade), bidder must calculate the option price as the difference
between dealer cost on the representative base vehicle and total MSRP of the requested option modifying the vehicle.
When add options listed are included in the base vehicle, bidder must submit options as "Included" or IISTD" for standard.
Bidder must use proper factory codes for all factory add options. Options available through the factory MUST be bid and
supplied to Purchaser as "factory" options, unless requested otherwis~ in writing by the Purchaser.
Options are intended to add or delete equipment and/or features from the base vehicle specification, and to provide an
upgrade or downgrade to a manufacturer's model, such as 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, scheduled or non~scheduled, 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 or dependent of another option,
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 noncompliant and the bid will be rejected in whole or part by the FSA Cooperative
Purchasing Program Administrator.
FSA Cooperative Purchasing Program 2017-2018
Pag' 25
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions Rev 8-4-2017
Example: Bidder CANNOT include option upgrades that result in the selling oj a vehicle or truck on one
specification that is offered as a separate specification in the bid solicitation. For examplej a Vendor who is
awarded the bid for 25,500 lb. GVWR Cab & Chassis cannot upgrade this item through an add option to 030,000
lb. GVWR Cab & Chassis in order to circumvent the bid award winner for the 30,000 lb. GVWR Cab & Chassis.
Factory package options are allowable under this contract. Factory package options must be included in the add options
within the bid document and detailed specifically as to what component~ the package includes.
Oealer package options are not allowed under this contract.
Prices for options submitted by the bidder for Emergency Vehicle Lighting shell include all applicable state and federal
fees and charges, not including installation. Motorcycle pricing will include ins~allation, No additional charges or fees are
admissible.
2.15 SUBMITTAL OF BID
Bidders must submit their bid electronically on VeBA, which is located at http://veba.flsheriffs.org. In addition to the
submission of specifications through the VeBA website, bidders who intend to bid on emergency vehicles are also required
to submit their lightbar package pricing through a separate document housed on the VEBA website. Any bidder who
offers emergency lighting and equipment to be installed on any vehicle or equipment, must provide evidence of EVT
certification for installation. This includes any third party suppliers and is applicable to red, blue or any color combinatIon
of lighting.
A user name and password will be issued to qualified bidders. Prospective bidders are encouraged to download arid review
the instructions located on the home page of VeBA. Instructions for entering and submitting bid specifications, as well as
lightbar package pricing, are included in this document. Questions regarding the use of VeBA should be addressed to
support@liquifusion,com.
Prices are to be rounded to the nearestwhole dollar (i.e. $10, not $10.05). Bids not submitted within VeBAwili be rejected.
Each bidder is responsible for ensuring that their 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 VeBA closing date and time specified in the Bid
Calendar.
In addition to submitting the bid via the VEBA system, one original and one exact copy of the bid package in separate 3-
ring view binders must be delivered to FSA. Each original and copy of the bid package must include dividers for each item.
Report folders will not be accepted. Mail packages to the attention of:
FSA Cooperative Purchasing Coordinator
Florida Sheriffs Association
2617 Mahan Drive
Tallahassee, Florida 32308
The bid package must be received at the Florida Sheriffs Association per 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.
The electronic cover sheet, found on VeBAI must be filled out and placed in the front cover of the view binder, The sheet
must be completed with bidder name, contact person, telephone number and mobile phone number. The bidder shall
FSA Cooperative Purchasing Program 2017~2018
Page 26
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions "v8-4-2017
check the appropriate box indicating whether the submittal is an Original or Copy.
The Contract Signature page, Manufacturer's Certification, Insurance Checklist and Drug~Free Workplace Form shall be
placed as the first tab item in the bid package. Each specification shall be separated by tabs indicating the specification
number for each item being bid. Certifications should be listed in a separate tab. Manufacturer's print-outs can also be
inserted in a single tab.
Separate bid packages must be submitted for each individual dealership for which a bid was submitted through VEBA. The
bid package must include:
• Bidder must complete the Contract Signature page in its entirety, and must indicate by signature on the form
that bidder has read and understands the proVisions contained in the Contract Terms and Conditions,
. 0 All required documents must show the company name and be manually signed in ink by a dealer
principal and an employee who has the authority for bid submission if such employee is not a dealer
prindpal. Unsigned bids will be rejected, Rubber stamps, facsimile· signatures, etc. will not be
accepted,
• Manufacturer's Certification Form. Bidder shall include a form for each manufacturer for which a bid is placed.
• Insurance Check List, located on VeBA Welcome Page
• Drug-Free Workplace Form (E), located on VeBA Welcome Page
• A printed copy of the submitted bid
• Manufacturer's print-out for each vehicle bid submitted. For example, Ford -Dora, or General Motors -GM
Autobook, or approved equivalent. 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. Vendor installed aftermarket components are required to meet
the base vehicle speCification and must be identified in writing on the printout. '
o For specifications or units that do not produce a manufacturer's print-out, bid package must Include
manufacturer's doc;umentation that Includes standard equipment and such other information that
provides verifiCation that such item meets the base specifIcation.
• Pricing Sheet for Emergency Vehicle Lighting and Emergency Light and Siren Certifications, if applicable
By virtue of the bid submission, Bidder acknowledges its obligation to sell vehicles and equipment in all zones for which
it is awarded. Failure of the Bidder to comply with these requirements may result in a fine of up to $1,000 per vehIcle,
probation, suspension, termination or a combination thereof from current and future bids at the FSA Cooperative
Purchasing Program Administrator's discretion.
2.16 EXECUTION OF BID
Bid must contain a manual signature of an authorized representative in the space prOVided on the Contract Signature
page. Failure to properly sign bid shall invalidate the submission, and the bid 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 contract conditions
FSA Cooperative Purchasing Program 2017-2018
Page 27
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions Rev8·4·2017
and specifications CANNOT be changed or altered in any way, Clarification of bid submitted shall be in letter form, signed
by bidders and attached to the bid.
2.17 MODIFICATION OR 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 '~ot be considered.
Bids can be withdrawn in writing prior to the Contract award.
2.18 LATE BIDS
Any bid or bids received after time and date specified in the Bid Calendar 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.
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.
2.19 BID OPENING
Bids shall be opened on the date and time specified on the Bid Calendar.
2.20 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 the Contract.
2.21 BID TABULATIONS
The Bid Tabulation report will be posted to the Cooperative Purchasing Program website after the electronic bid process
closes as indicated in the Bid Calendar. https:l!www.flsheriffs.orgl!aw-enforcement-programs!cooperative-purchasing-
program! dealers-on Iv
If there is a delay in posting the bid tabulation results, the FSA Cooperative Purchasing Program Coordinator will post a
notice of the delay and a revised date for posting of results.
2.22 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 minor irregularity,
technicality or omission if the FSA determines that doing so will serve its best interest or the best interest of the
purchasers.
The FSA may also reject any bids not submitted in the manner specified in this document.
2.23 CONE OF SILENCE
This invitation to bid is subject to the Cone of Silence as indicated in the Bid Calendar. During this period all
communications regarding this solicitation between FSA and Bidder will cease, except for questions regarding problems
FSA Cooperative Purchasing Program 2017-2018
Page 28
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions Rev 8-4-2017
incurred in the use of the FSA Cooperative Purchasing Program website. Bidders are encouraged to read the instructions
and view the tutorial video regarding operation ofVeBA, FSA is not responsible for Bidder's improper use of the website.
Exceptions will be granted to this section should any website malfunctions occur. .
FSA Cooperative Purchasing Program 2017-2018
Page 29
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions Rev8-4-2017
3.0 CONTRACT CONDITIONS
3.01 GENERAL REQUIREMENTS FOR ALL VEHICLES AND EQUiPMENT
Once the bid has been awarded, the terms and conditions of this document become the Contract between the FSA and
the awarded Vendor.
The requirements specified herein apply to ALL vehicles or equipment purchased under the terms and conditions of this
contract. In the event there is a conflict between the requirements of the Contract Conditions and those of the detailed
specifications, the detailed specifications shall apply over and above the vehicle standard equipment.
3.02 STATEMENT OF AUTHORITY
Each person signing the Contract warrants that he/she is duly authorized to do so and binds the respective party to the
Contract.
3.03 VENDOR CONTACT INFORMATION
The Vendor will maintain current contact information with FSA at all times.
If a change occurs during at any given period of the contract, the vendor must submit the Vendor Change Document to
the FSA. The Vendor Change Document must be completed, signed by an authorized representative and submitted via e-
mail to CPP@flsheriffs.org.
A sample Vendor Change Document can be found in Addendum A and online at:
https:!/www.flsheriffs.org/uploads/FSA%20Bid%20Award%20Vendor%20Info%20Change%20Document%20REv%20S-
16A%281%29.pdf.
3.04 BID EVALUATION CRITERIA
Bids will be evaluatect to determine if eligibility and contract requirements are met. Responses that do not meet all
requirements of this invitation to bid orfail to provide all required information, documents or materials may be rejected
as nonresponsive.
Bidders whose Responses, past performance, or current status do not reflect the capability, integrity, or reliability to fully
and in good faith perform the requirements of a Contract may be rejected as non-responsible. In determining a
responsible Bidder, the evaluation criteria will include:
• Adequacy of facilities, staffing, and financial resources;
• Previous experience with FSA contract or other similar government contracts;
• Ability to provide excellent customer service, including previous FSA contracts
In addition to first year bidders, FSA reserves the right to request staffing, performance and financial information from
any bidder during the evaluation process if FSA determines this information is necessary to award the bid.
FSA Cooperative Purchasing Program 2017·2018
Page 30
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions Rev8-4-2017
FSA reserves the right to determine which Responses meet the requirements, specifications, terms and condjtions ofthe
solicitation, and which Bidders are responsive and responsible.
3.05 BASIS FOR AWARD
The FSA Cooperative Purchasing Program Administrator shall make awards to the lowest Bidder by specification, by
manufacturer and by zone to Bidders deemed to be responsive and responsible. Awards m'ay also be made to the
second lowest Bidder by specification, by manufacturer and by zone, if applicable and determined to be in the best
interest of the FSA Cooperative Purchasing Program Administrator and the Purchaser.
The add options in the bid shall be for informational purposes only and will not serve as a basis for bid protest.
However, the FSA Cooperative Purchasing Program Administrator has the discretion to consider option pricing in making
the award if it is it's best interest or the interest of the Purchaser.
The FSA Cooperative Purchasing Program Administrator reserves the right to accept or reject any and all bids, and to
waive any minor irregularity, technicality or omission if it determines that doing so will serve the Purchaser's best
interest.
3.06 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.
If a bidders believes that the bidder must withdraw the bid, the bidder must contact the FSA Cooperative Purchasing
Program Administrator immediately. Bid withdraws are handled on a case by case basis, and can result in a limitation of
participation in future bids.
3.07 ZONE BIDDING
Bidders are allowed to bid in one or more geographic zones. The zone map is Addendum S. A Space is provided for the
bidder to indicate zone bidding. Absence of any indication of a particular zone will mean that bids for each specification
will be considered in all zones.
3.08 OPTION TO RENEW WITH PRICE ADJUSTMENT
The contract may 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 ofthe 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 the extension option period, the vendor's request or adjustment should be submitted sixty (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.
FSA Cooperative Purchasing Program 201'7·2018
Page 31
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions Rev8-4-2017
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 ADDITIONS AND DELETIONS
The FSA reserves the right to add or delete any items from this bid or resulting contract when deemed to be in the best
interest of FSA and the participating Purchasers.
FSA reserves the right to remove, discontinue or suspend the sale or offering of any product or commodity within the
Invitation to Bid document or existing contract, at its discretion.
This decision to take action may be based upon and not limited to:
• Few or no sales
• Product recalls and other safety issues
• Dealer/Manufacturer performance
• Lack of relevance of products/commodities
3.10 EQUITABLE ADJUSTMENT
The FSA Cooperative Purchasing Program Administrator may make an equitable adjustment to the contract terms or
pricing at its discretion.
Discounts must be a whole, positive percentage with no decimal place (e.g. 10%). Discount ranges are not permissable.
Discounts shall be below Manufacturer's Standard Retail Pricing (MSRP) or manufacturers published list 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.
3.12 CONDITIONS
It is understood and agreed that any item offered or shipped as a result of this bid shall be the most current model offered,
i.e. the most current production model at the time of this bid.
3.13 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 final order date by the manufacturer.
Purchase Orders received by the Vendor ten (lO) business days prior to the final order date must be accepted and entered
into the order system with the manufacturer.
FSA Cooperative Purchasing Program 2017-2018
Page 32
flORIDA SHERIFFS ASSOCIATION
Cooperatille Purchasing Program
Contract Terms and Conditions .ev8-4-2017
If a purchase order has been timely received by the Vendor or the manufacturer, and the manufacturer fails to produce
or denver the production year vehicle, the Vendor must provide the next year's equivalent model at current contract
prices.,
Purchase Orders issued and received after the cutoff date will be subject to availability. In this _case, the Vendor and
manufacturer may, at their discretion, choose to provide next year's model at current year's prices until the end of the
contract term.
3.14 FACILITIES
The FSA reserves the right to inspect the vendor's facilities at any time with prior notice.
3.15 SUBSTITUTIONS
The FSA or Purchasers will NOT accept substitute shipments of any kind. Vendors are expected to furnish the brand quoted
In their bid once awarded. Any substitute shipments will be returned at the Vendor's expense.
3.16 POLICE RATED VEHICLES/MOTORCYCLES
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 for vehicles which are
currently being offered for law enforcement 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 purposes 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/mspI2017 MY Police Vehicle Evaluation Test Book-Final 544109 7.pdf
LASD LAW ENFORCEMENT VEHICLE TEST AND EVALUATION PROGRAM
Vehicles: http://~ww.la-sherjff.org/s2/static content/srvc/documents12017 Vehicle Test Booklet.pdf
Motorcvcles: http://www.la-sher.lff.org/s2/static contentfsrvcfdocuments/2017 Motorcycle Test Booklet.pdf
3.17 SPECIAL SERVICE VEHICLES:
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. These vehkles are often referred to as "Special Service Vehicle" (SSV) and
often used in public safety applications and other areas of government. Please refer to manufactures published
information for detailed information regarding these vehicles.
FSA Cooperative Purchasing Program 2017-2018
Page 33
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions Oev8-4-2017
3.18 EMERGENCY LIGHT AND SIREN CERTIFICATION STANDARDS
Emergency light/Siren vendors are required to submit their Society of Automotive Engineers (SAE) Certifications prior to
bid submission for each contract. Under Florida Statute 316.003(1), an emergency vehicle is any vehicle driven by fire,
ambulance, or police. The statute extends to both privately and publicly owned vehicles. SAE Certifications are to include
Class 1, Class 2 and Class 3 to be eligible for participation in the FSA Contract. Price submission received without these
certifications will not be considered for inclusion.
3.19 CAB AND CHASSIS PURCHASES
Cab and Chassis can be purchased from the dealer without any required additional fitting by the dealer. However, the
dealer is not required to register/title the incomplete vehicle if an incomplete chassis is sold, unless the upfitting is
completed by the dealer or the dealers licensed and certified upfitter.
However, the dealer is required to register/title the vehicle if an complete chassis is sold; only if the upfitting is completed
by a company other than dealer orthe dealer's licensed and certified upfitter, is the dealer not required to tag and title
the vechide.
If an agency chooses to upfit the chassis utilizing a third·party supplier and the work is outside of the scope of the purchase
order issued to the dealer by the agency, then the third party supplier must perform all the state mandates and issue the
appropriate registration/title to the agency upon completion of the work.
FSA highly recommends that all upfitting of cab and chassis be performed by vendors who are licensed/certified to
perform such work to avoid unnecessary exposure to future liability.
The requirements of Florida Statute 319.21 related to the manufacturer statement of origin apply to cab and chassis
purchases.
3.20 FACTORY INSTALLED
All options specified as factory installed are 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 instalied are specified
may be required to retrieve all delivered vehicles and reorder new vehicles meeting the specifications.
All factory ordered options areto be original equipment manufacturer{OEM) and factory installed unless otherwise noted
by the Vendor and acknowledged in writing by the Purchaser. Verbal agreements will not be recognized.
Aftermarket parts, modifications, and factory produced parts and components ordered and installed by a Vendor that do
not meet the requirements of factory installed components, will be rejected for noncompliance with the requirements of
the specification.
In the event that a component that does not meet the specifications is found installed on a vehicle before or after the
vehicle has been accepted by the Purchaser, the Vendor shall be required to replace the vehicle with a vehicle that meets
the required specifications, including factory installed components. In the alternative, the Purchaser shall decide whether
they will accept dealer installed components.
FSA Cooperative PurchaSing Program 2017-2018
Page 34
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions .,,8-4-2017
3.21 VENDOR INSTALLED
All vendor~instafled accessories shall be Installed accordIng to the manufacturer's specifications. Examples include roll
bar, trailer hitch, etc.
All such accessories must be manufactured by an established manufacturer ofthe product provided. Vendor is required
to disclose Make and Model of product being offered and the IDeation, design, and model must be approved by the
Purchaser prior to installation. Dealer must also disclose the warranty of any item that is less than or exceeds factory
vehicle factory warranty coverage.
An awarded Vendor that employs a third party supplier or subcontracts technicians to install emergency equipment on
vehicles purchased on this contract is 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. FSA may terminate the
contract ten (10) days after a written notice. of violation is provided.
3.22 NON-SCHEDULED OPTIONS
FSA attempts to include scheduled, factory and aftermarket options in the bid document. If an agency requests a non-
scheduled option that is not included in the bid document, the Vendor may provide this non-scheduled option. The
Purchaser has the opportunity to request the Vendor's discount pricing for any non~scheduled options during the quote
process. At no time should the non-scheduled option exceed MSRP or Published list Price.
Non-scheduled options should be listed as a separate line item and noted on the purchase order to include the price. All
non-scheduled options are covered under these terms and conditions.
3.23 FORCE MAJEURE
A Vendor shall not be penalized 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 third party suppliers if no alternate source of supply is av.ailable to the Vendor.
3.24 DELIVERY TIME
Vendors shall specify the estimated delivery time in calendar days for each item. The Purchaser should consult the Vendor
regarding vehicle production schedules. Delivery shall be within the normal working hours of the user, Monday through
Friday, excluding holidays.
FSA Cooperative Purchasing Program 2017-2018
Page 35
3.25 ORDER
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions R,v8-4-2017
The Vendor shall submit a copy of the purchase order to the FSA Cooperative Purchasing Program Coordinator within 14
days of receipt from the Purchaser.
1. Purchasers shall issue a purchase order to the Vendor, which shall include the contract number, specification
number, Purchaser's federal identification number, name of point of contact and agency, phone number and
email address. Required delivery or due dates should be discussed with the dealer at the time of the quote. It is
important to note that Vendors do not have ANY control over production delays in schedules from the
manufacturer.
While it is recommended that an agen'cy purchase from the "zone" which is closest to their location, it is not
mandatory to do so. If the Purchaser determines that a Vendor in another zone can better serve the Purchasers
needs, the Purchaser may buy from a Vendor in another zone. Vehicles purchased from vendors awarded in the
Police, Administrative, Utllity Vehicles, Trucks & Vans contract, outside an awarded zone may, upon mutual
agreement between the Vendor and the Purchaser, charge an Out-of-Zone fee.
2. The Purchaser is required to forward an executed copy of the purchase order to the Florida Sheriffs AsSOciation,
Cooperative Purchasing Program Coordinator at the same time the' purchase order is sent to the Vendor. Emails
or hard copies are acceptable. Emalls can be sent to Reports@f[sheriffs.org.
3. If a Vendor receives a purchase order fo~ a specification for which they were not awarded, the Vendor must
notify the Purchaser and return the purchase order to the Purchaser within three (3) business days.
4. All vehicles ordered prior to manufacturers close of production and in accordance with the contract shall be
suppl,ied in the manufacturers next mode.1 run of that class vehicle even if it requires supplying a later model at
the original bid prices.
5. Vendor shall place the order with the manufacturer within 10 business days of receipt of the purchase order. The
Vendor shall assure that all orders are placed in full compliance with the specifications of the Contract and the
purchase order.
6. It is the Vendor's responsibility to ensure that the vehicle ordered by the Purchaser 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 Purchaser'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 the various options due to an incorrect
order will be accomplished at the Vendor's expense.
8. A Confirmation of Order form shall be completed by the Vendor and returned to the Purchaser 14 calendar days
from receipt of purchase order without notification by the Purchaser. The Confirmation of Order form is included
in Addendum C.
Any additional information needed to complete this form should be obtained from the Purchaser. The form may
be modified to accommod~te each Purchaser as necessary.
FSA Cooperative Purchasing Program.2017-l0lS
Page 36
3.26 VEHICLE DELIVERY
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions R,,8-4-2017
At a minimum, pre~delivery service shall include the following:
• Standard Dealer and Manufacturer protocol for new vehicle delivery;
• Cleaning of vehicle/ if necessary, and removal of all unnecessary tags, stickers, or papers. DO NOT remove window
price sticker or supplied line sheetj
• 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 vehiclei and
• MSRP Jist sheet (window sticker) MUST be in the vehicle when it is delivered to the Purchaser. Vehicles that are
missing this form, or have forms that have been altered will not be accepted.
The successful bidder shall be responsible for delivering vehicles that are properly serviced, clean and in first class
operating condition.
Vendor shall complete delivery of the vehicle to the Purchaser within fourteen (14) calendar days of receipt of the vehicle
from the manufacturer or equipment-supplier. Vehicles originating as an incomplete vehicle would be exempt.
Receipt of a vehicle by the Vendor is defined as acceptance of the vehicle from a common carrier at the Vendor's place of
business or any third party's place of business.
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. 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. The Purchaser has the option to reject a vehicle with more than 350 odometer
miles, or may deduct $0.51 cents per mile in excess of 350 miles from the invoice, unless distance above 350 miles was
previously approved by the Purchaser. This requirement also applies to redelivery of vehicl€:s that were rejected upon
initial delivery.
All warranties shall begin at the time of delivery to the Purchaser. The Purchaser's warranty should not be active for
incomplete vehicles or vehicles delivered to an upfitter before final delivery.
Vendor shall notify the Purchaser no less than twenty four (24) hours prior to delivery of the time and IDeation, which
shall reflect the mutually agreed upon delivery details. Transport deliveries must be unloaded and inspected by Purchaser.
Deliveries not complying with these requirements may be rejected and will have to be redelivered at Vendor's expense.
AI! vehicles must contain no less than 1/4 tank of fuel as indicated by the fuel gauge at the time"of delivery. For vehicles
and equipment that have more than thirty five (35) gallons of capacity, a minimum of ten (10) gallons of fuel must be
provided.
FSA Cooperative Purchasing Program 2017~2018
Page 37
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions Rev 8-4-2017
3.27 INSPECTION AND ACCEPTANCE
It is the responsibility of the Purchaserto inspect a vehicle for any damages.
Each Purchaser shall make a good faith effort to inspect the vehicles or equipment before or at the time of delivery for
acceptance. One (1) day is the suggested period for inspection. However, if reasonable accomodations for inspection
cannot be made upon delivery, the Purchaser may have up to three (3) days to inspect the vehicle or equipment for
acceptance.
Inspection and acceptance will be at the Purchasers destination unless otherwise previously agreed upon location was
provided in the purchase order.
It is the Purchaser's responsibility to thoroughly inspect each vehicle prior to acceptance. Copies of the bid specifications
and purchase order will be delivered with the vehicle. Purchasers are to inspect the vehicle and compare bid
specifkations, purchase order "and manufacturer's window sticker or manufacturer's invoke to ensure vehicle meets or
exceeds the requirements of the technical bid specifications and the submitted purchase order. Purchasers should inspect
the vehicle for physical damage.
Delivery of a vehicle to a Purchaser 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 can be withheld until such time as the
Vendor completes the necessary corrective action,
Units shall be delivered with each of the following documents completed or included:
1. Copy of Customer's Purchase Order
2. Copy of the applicable Vehicle Specification
3. Copy of Manufacturer's Invoice or Window Sticker. Prices may be deleted from the manufacturer's invoice,
4. Copy of Pre-Delivery Service Report
5. Warranty Certification
6. Owner's manual
7. If the Vendor does not provide the tag and title, then the DHSMV 82040 (Application for Certificate a/Title and/or
Vehicle Registration) which requires a signature of authorized representative.
Deliveries that do not include the above forms and publications will be considered incomplete and can be refused.
3.28 VEHICLE TAGS AND TITLE
Costs of tag and title shall not exceed the statutory rates. FSA Administrative Fee does not apply to tag and title work.
Title items shall be the responsibility of the Vendor_
Reasonable administrative costs for obtaining temporary tags, tag transfers, and new tags are permitted and can be
negotiated between the Purchaser and the Vendor. AI! additional costs associated with obtaining, filing and shipping of
FSA Cooperative Purchasing Program 2017-2018
Page 38
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions R,v8-.4-2017
tags shall be disclosed clearly in the comments section below the applicable option. Administrative costs can include
convenience fees, cost reimbursements for filing, obtaining or delivery of tags, or any costs over the original purchase
price.
3.29 INVOICINGANDPAYMENTS
Invoicing and payments shall be the responsibility of the Vendor and Purchaser placing orders using this contract. Vendors
must invoice each Purchaser independently.
A Purchaser has three (3) working days to inspect and accept the vehicles or equipment. The Vendor shall be paid upon
submission of invoices to the Purchaser after satisfacory delivery and acceptance of the vehicles and/or equipment.
The local Government Prompt Payment Act will apply to ensure timely payment of Vendor invoices. The local
Government Prompt Payment Act is defined in Sections 218.7()-218.80 of Florida Statutes.
3.30 WARRANTY REPAIRS AND SERVICE
All warranties shall begin at time of delivery and final acceptance by the Purchaser: Failure by any manufacturer's
authorized representative to render proper warranty service or adjustments, including providing a copy ofthe warranty
work order to the Purchaser, may subject the Vendor to suspension from the approved vendor listing until satisfactory
evidence of correction Is presented to the FSA Cooperative Purchasing Program Administrator.
3.31 INADEQUATE SERVICE
When vehciles and equipment require service or adjustments upon delivery, the Vendor shall either remedy the defect,
or be responsible for reimbursing the manufacturer's local authorized dealer or other service provider to remedy the
defect. Such service or adjustments shall be initiated by the Vendor within 48 hours after notification by a Purchaser, not
to indude weekends and holidays. Delivery will not be considered complete until all· services or adjustments are
satisfactory and the vehicle or equipment is redelivered.
The provisions of the d~livery' section shall remain in effect until the redelivery is accomplished. The cost of any
transportation required shall be the responsibility of the Vendor until the vehicles or equipment are satisfactory and
accepted by the Purchaser. 11
3.32 REPORTING: PURCHASE ORDERS & QUARTERLY REPORTS
Purchase Orders
The Vendor must submit copies of purchase orders upon receipt to the FSA. Purchase orders are considered late if not
submitted fifteen (15) days after the date of the purchase order.
Vendors should scan a complete copy olthe purchase order and attach it as a .pdf. Place the document title in the subject
line of the e-mail and send purchase order copies to coop@flsheriffs.org.
The files should be named using the fallowing examples:
Examples:
County = Florida County, County of PO 12345 ABC County BCC PO 12345.pdJ
FSA Cooperabve Purchasing Program 2017·2018
Pag' 39
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions Rev 8-4-2017 -
City = Florida City, City of po 12345
Sheriff = Sheriff Office of PO 12345
Education = Institution Name P012345
. Quarterly Reports
ABC City PO 12345.pdf
ABC Sheriff PO 12345.pdf
ABC County College PO 12345.pdf
Quarterly reports are the contractual responsibility of each awarded Vendor. Quarterly Reports which do not adhere to
the required format or are not complete of all purchase orders will be returned to the reporting Vendor for correction of
deficiencies.
, All quarterly reports are to be sent to coop@flsheriffs,org.
Quarterly Reports must be complete with the name of the dealer and the date. For example, "S pomot Motors, October
30,2017" would be in the document header. Do 'not indicate the quarter on the top of the report. ,Purchase orders are
not necessary for the quarterly report. An example of a Quarterly Report is in Addendum o.
Quarterly Reports are due no later than the 15 th day of the month following the end of the quarter.
Quarterly reports should follow this schedule:
Quarter 1: October 1-December 31
Quarter 2:
Quarter 3:
Quarter 4:
January 1-March 31
April 1-June 30
July 1-September 30
Q1 Report Due: January 15
Q2 Report Due: April15
Q3 Report Due: July 15 -
Q4 Report Due: October1S
If a Vendor has no sales within a quarter, the vendor is required to submit a quarterly report and must indicate /lNO SALES
THIS QUARTER" on the report.
3.33 ADMINISTRATIVE FEE
The Florida Sheriffs Association charges three quarters of one percent (.0075) to procure, process and administer the
Contract.
After receipt of payment from contract purchases, the Vendor shall remit all administrative fees 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 Quarterly Report.
Dealers are to include three quarters of one percent (.0075) to the base bid prices. The fee should be incorporated into
the price at the time of bid submission This fee should also be included on all add options.
It should never be listed as a separate line item on any purchase order.
The administrative fee .. is based on the total purchase order amount of new vehicles or equipment, This fee excludes any
value given to Purchasers for trade-ins. Trade-ins, extended warranties and other exchanges wil.l not reduce or impact
the fee calculation.
The administrative fees is the contractual responsibility of each awarded Vendor.
By submission of the Quarterly Reports and admistrative fee, the Vendor is certifying the accuracy of the rel?orts and
deposits. All reports and fee submissions shall be subject to audit by the FSA or their designee.
FSA Cooperative Purchasing Program 2017-2018
Page 40
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions Oov8-4-2017
All participating Vendors will be responsible for making sure that the FSA Cooperative Purchasing Program Administrator
has the contact e-mail a~dress for the person responsible for all Quarterly Reports. There will be no reminders for the
Quarterly Reports or the administrative fee.
Checks for the administrative fee can be sent to:
3.34 FINES
Florida Sheriffs Association
Cooperative Purchasing Program
2617 Mahan Drive
Tallahassee, FL 32308
Failure to submit the administrative fee with accompanying quarterly reports within 15 calendar days following the end
of each quarter will result in late fInes, Vendors failing to submit administrative fees and Quarterly Reports'wiII incur a
$25 late fee for every day that fees and reports are past due, beginning on the 16'" day following the end of the quarter.
If a civil action is initiated by the FSA to recover administrative fees or fines as set forth in this section and Section 3.33,
the prevailing party shall be entitled to its reasonable attorneys' fees and costs incurred in the litigation. Venue shall lie
in the appropriate court in and for Leon County, Florida.
When quarterly reports are late) fines areto be included in Vendor's Quarterly Report and administrative fee submiss·lon.
Late fines that are beyond 45 days can result in disqualification for future solicitations.
Schedule of Fines
Failure to submit quarterly report on time,
Failure to report a Purchase Order to FSA within the 30 calendar days ofthe
purchase order date
Failure to Report Sales
FSA Cooperative Purchasing Program 2017·2018
$25.00 per day
$100.00 per Purchase Order
.0075 of the sales price plu~ 1.5% each
month following the delivery date.
Page 41
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions Rev 8·4·2017
Addendum A
Florida Sl1eri~ ~ss6tiation
Cooperative Purchasing Program
Vendor Change Document
Please complete thts/orm.fO valida teo "'equ_~fed chimge.ta QlmpanV.Jjddress€S, 'Ccmtac;tS.ar Contact In/ormation balow.
1~II;de all,:$flctions_ where inf~~a.tlon Il~$'d!~nged, old and_ne~. . . .
F"SA Contract Number(s);affected by ctiange:
.,
·1.
Thls-rnformatlon Is requested by an iluthorlzed'representatfVe of __ -,_=:::,---".,,-,-_____ .
Thi~.~r~~u~~(V'fII-~~e eff~_c:f !,!!,_:sqph a-~ [t.is r,?c:~rv_ed :by.FS~ by e~rila.1lingtQ .. ¢QP@fl§herrjIS_9'jJ!.
Name.·ofAuthorize.i::!"Companv Representative. _______________ -' __
Authorlzed',CompanyRepresentatlve Srgnature: __________________ _
FSA Cooperative Purchasing Program 2017·2018
Page 42
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions Rev8-4-2017
AddendumB
FSA CONTRACT ZONE MAP
WESTERN
---
BAY
CALHOUN
DIXlE
ilSCAMBIA
R1lANKLIN
'GADSDEN
GULF
HOLMES
JACKSON
JEFFERSON
LAFAYEITE
LOON
llDERTY
MADISON
OKAlOQSA
SANTA ROSA
TAnoR
WALTON
WAKULLA
WASHINGTON
CEN'fRAL
BREVARD
CiTRUS
DESOTo
HARDEE
HERNANDO
HIGHLANDS
HILISBOROUGH
INDIAN RIVER
l.AJ(E
MANA1'EE
Olt:HECHO:BJ!E
ORANGE
OSCEOLA
PAS-Co
PINELLAs
POLK
IT. LUCIE
SARASOTA
S:&\fiNOLE
SUMTER
NORTHERN
ALACHUA
BAKER
BRADFORD
CLAY
-COLUMfUA
DUVAL
fLAGLER
GILCHRIST
HAMILTON
LEVY
MAlUON
NASSAU
PUTNAM
S'I'.JOHNS
SUWANEE
UNION
VOLUSIA
CHARLO'ITE
COLLIER
GLADES
HENDRY
LEE
MARTIN
MIMfi·DADE
MONROE
PAlM BEACH
FSA Cooperative Purchasing Program 2017·2018
CENTRAL
SOUTHERN
NORTHERN
Page 43
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions 0,,8-4-2017
AddendumC
CONFIRMATION OF ORDER
Floridil Sheriffs AssQtiation
& Florida Association of Counties.
CAP & CHASSIS TRUCKS & OTHER FLEETEQUIPMf;NT
BID 1110 .• XX)(XX)()(X)(X
A ,confirmation of Order'form shall :be completed by the Vendor: and returned-to the.purchaser
14 calendar days from-receipt ofputthase order-without notification'by tna Pu~'thase"r.
TO BECOMPLETED. BYDEAlERSHIPi.
Dealership: _________________________ _
Ad~r~$$). __________________________ _
tity: __________ stat.: ______ ~tJp: __ --'-___ .
C~ri~·~t p(!r,~gn:
~----~------~~----~--~~~
Phone-Nuniber: ~l!:: ------------------~
sp~clfic.@~i.on ('j_I;). ____ TypeVehide: ________________ _
Purchase order Number: ________ Purchase Order Rec~jved: _____ ~
brder~Was Placed With the Manufacturer an:
Under production Number:
O~.llv~ry shQl!ld pc~tlr within ___ r;:_atf!T'!fI_ar_pgvs. ~ft1'!r fec~ipt Qf Purc_has~, Ord~.r!
. A.CopV Cif.the Required Production Sheet(s) are Attacheo for·Your.FlIes.· ..
Gommertl:s: ---------------------------------------
Ag·~<Y: __________________________ _
ContaCt Person: ~ ___________ -----_-___ -__
Address: __________________________ __
C~y:~ _______ ~_~ Stat.e: _______ Zip: _____ _
Phone Ni.mib.r: ____ --_--_-Fa~' __ --__ ---_--~
E-mail:
fi copy 9i this /orm·sho.u,d be attached.andsubmitte.d with the· Purchase qrder as th~ last page.
FSA cooperative PurchaSing Program 2017-2018
Page 44
,
IPageTo'"
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions Rev 8-4-2017
AddendumD
[INSERT DEALERSHIP NAME HERE] (lnsorl1>/Wi.adM "If)
QUARTERLY REPORT for BID # [Enter Bid Number]
Effective Dates: Oct 1.2017 thru September 30, 2018
.. ., "".;.' I , C,-,""
PO# no. ~. • # V.biol. Typ • po Date
.
. .,
Amount Admin. F ••
$ -
,$ · 1 $ ·
1$ ·
1 $ .,
I' .,
1$ .,
.,
.,
.,
$ . ·
$ .,
• .,
.,
.,
.,
.,
.,
l!. ·
1$ .,
1$ .,
1 $ .,
·
.,
·
.,
.,
.,
· 1$ . $ .
Fees arid reports are due no later than the 15th of the month following quarter end.
FSA Cooperative Purchasing Program 2017-2018
Page 45
ATTACHMENTB
CONTRACT FOR CAB & CHASSIS TRUCKS &
OTHER FLEET EQUIPMENT
1. CONTRACT PRICE, SPECIFICATION #13
2. CITY OF SOUTH MIAMI QUOTATIONS AND
SPECIFICATIONS:
• TRASHTRUCK
• CRANE TRUCK
Thomas F. Pepe -01-11-16
~
FLORIDA J\saoC!Ri'IONoF
COUNTIES
All AM' florida
FLORIDA SHERIFFS ASSOCIATION
& FLORIDA ASSOCIATION OF COUNTIES
30,000 LB GVWR CAB & CHASSIS (DUAL REAR WHEEL) -4X2
SPECIFICATION #13
2018 Freightliner M2
The Freightliner M2 purchased through this centract come. with an the standard equipment a. 'pecified 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:
BASE PRICE:
*Wclitem
$35,750.00
*Northem
$35,750.00
*Central
$35,750.00
*Southem
$35,750.00
While the Florida Sheriff. Association and Florida Association of Cnunties have attempted to identifY and include those equipment
items most often requested by participating agencies for fun size vehicles, we realize equipment needs and preferences are going to
vat)' from agency to agency. In an effort to incorporate flexibility into our program, we have created specific add/delete options which
aJlow the purcbaser to tailor the vehicle to their particular wants or needs.
The following equipment delete and add options and their related co.t are provided here to as,ist you in approximating the total cost
of the type vehicle(s) you wish to order through this program. Simply deduct the cest of any of the following equipment items you
wish deleted from the base unit cest andlor add the cost of any equipment items you wish added to the base unit cost to determine the
npproximate cost of the type vehicle(s) you wish to order.
NOTE: An official listing of all addldelete options and their price. 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.
693
VEIDCLE: M2
DEALER: Lou Bachrodt Freightliner Lou Bachrodt Freightliner LOll Bachrodt Freightliher LOll BlI.chrodt Freightliner
ZONE: *Westem *Northem *CentraI *Southem
BASE PRICE: $35,750,00 $35,750.00 $35,750,00 $35,750.00
Order Code Delete Options All Zones
i Gas engine inJien of diesel I . . . NA
i Prov~de 6 speed ~a.nual w.ith base engine -specify ($1,800,00)
"j Provide 7 speed riianual ~ith-base e.ngme -speo~ry " NA
;
! Air brakes .if compatible with transmission I Std
i Wheel ;ea!s 1·" Std
"r "AM!FM st~~ r~io i ($250,00) I ·1 Satellite radio I . NA i I On-Stsr I NA
Power Take Off (PTO) NA
Order Code Add Options AU Zones
Options are to be discounted below Manufacturer's Standard Retail
Pricing (MSRP) or manufacturers published list price for any factory
add options. Purchasers are encourage to negotiate pricing for
options. Additional discounts for each add option shal.l be decided by
the Vendor. Please refer to the Contract Terms and Conditions,
Section 2.14 Option Pricing.
101-22P
342-IMN '
101-22U
342-IMN'
864-001 1
Engineltransmission upgrade -specify
CUMMiNS L9 ENGINE 300HP REQUIRES 33000 HD GVW PCK AT ADDlTIONAL COST OF$}9,900 1
EngineltransinissionupgJ:a!\e -specify .' .' .
CUMMINS 3S0HP L9. ENGINE'REQUIRES 33000 HD GVW PCK AT ADDlTIONAL COST OF $29.900.'
Engine/transmission upgrade -specify
Eogine/transmission.upgrade -specify
Engine/transmission upgrade -specify
'Engine/transmission upgnide -specify
Engine/transmission upgrade -specify
Engineitransmis;i.on upgnide-specify
Bi-fuel model-specifY
eNG prep -specify
CNG conversion (discuss with dealer)
LPG conversion (discuss with dealer)
Engine hour meter
Trans oil temp meter
Allison authorized synthetic oil, TES 295 or equivalent (required for extended warranty)
; Premium hoses
I $10,990.00'
I
I $12,900.00'
I
I
I NA ,
I iliA , NA I , NA
\
I NA
J NA ,
NA
NA
NA;
NA:
Std'
NC"
Std
Std
694,
VEIDCLE:
DEALER:
ZONE:
BASE PRICE:
204-192
206-192 1
477-006 1
452-001 1
654-027 1
654-027,
655-005
532"()02 '
746'.116 I
DLR-4X4'
545-507
829-079' .
545-455
829_075 1
M2
Lou Bachrodt Freightliner Lou Bachrodt Freightliner
*Wes1em *Northem
$35,750.00 $35,750.00
. Dual 45 gallon fuel tanks
. AirdIyers
\ Moisture ejectors
! Driyer ci>nkolled differential lock .
I Power windows, only . I '. i Power w~doW.s/ddor .lockS ,
Speed control
Tilt steering wheel
Telescopic and tilt steering wheel
AM.IFM radIo with slngleCD. I Sid~air bagS'. ..
'I~:~~o 4x4 (specify factory or after market)
, DEALER UPGRADE 1
I, Model upgicwe -specilY
Model upgrade-specilY
I Crew Cab (84" CA) .
II Super .cab (84" CAl
. Cutaway cab .
DUAL DRIVE I Optional cab and chassis equipment, specilY
DUAL DRIVE CAB I
RH STANDUP Oplionill cab andcbBSsis.equipment -speoilY
DUAL DRIVE' I RHSTANDUP DUALDRlVE CAB .
CLEAR DRAIN I Optional cab and chassis equipment -specilY
AIR DRYER ' iCLEARDRAINAIRDRYER I
j -. I Optionill cab and chassis equipment -specilY
! Optional cab and chassis equipment -specilY
Loll Bachrodt FreighUiner
*Central
$35,750.00
316-035 '
I Left-hand pillar mowited 6" spotlight with· clear hillogen bulb, dealer installed
DLR-RS 1
DLR-SIL 1
748,005 1
727-IAHI
i Left & right-hand pillar mounted 6" spotlight with clear halogen bulb, dealer instililed
r Vent \'isors-~ s~i9k-on style
[Rainshields -flange style
i Spray-in liner (Rhino, Line-X orapproved equivalent)
! Knapheide under body tool boxes or approved equivalent
; Fender'or cowl mounted convex mirrors
. Airhorn
~l\ Bachwdt Freightliner
*Southem
$35,750.00
$690.00 1
Std
$70.00 1
" $650.00 1 ; ,
$190.00 1 , ,.
. $270~001
Std
NA
$390.00 1
$390.001
NA
NAI
$51,900.001
NA
NA
$11,900.001
I $6,900.00 I
NAi
$18,500.00 11
$45,900.00 1
$2,990 000'1
NAI
NAI ,
NA! I
Ij $1,250.00 ;
NAl
$290.00 11
t' $2,990.00 .
NA
$90.00 1
$90.00 1
695
VEHICLE:
DEALER:
ZONE:
BASE PRICE:
DLR-SK 1
122cl HS 1
DLR-TBP 1
DLR-1TP 1
DLR-1TPA [
DLR-UPE 1 '
DLR-MF 1
DLR-JWW 1
311-001 1
DLR-5YD 1
DLR-12CD 1
DLR-14CD 1
DLR-16CD 1
M2
Loll Bachrodt Freightliner
*Westem
Lou Bachrodt Freightliner
*Northem
Lou Bachrodt Freightliner
*C<lntral
Lou Bachrodt Freightliner
*Southem
$35,750.00 $35,750.00
: Safety ki~ fire extinguishers & triangles
.:DeALERINST4LJJW-1 . -0. •
I Front stabiliur bars
·IRear.shocliabs?roers
I Auxiliary rear springs
Heated fuel wate .. separator
Tractor brake package (30,000 GVWR only)
DEALER INSTALLED I
Trailer towing package C speciiy .
DEALER lNSTALLEO.WITH PINTLE HITCH 1
Trailer towing package for air operated trailer brakes
AIR LlNES TO END OF FRAME 1
Tnulertowirig piwkOge for electric opei'atedtrailerbtakes .
ELECTRICLINES1VENIJOFFRAME I. . •..
Mud flaps
}lull size spi.ri fue &, rim
Jack and wheel wrench
DEALER INSTALLED •
Nitrogen filledtites iricluding spare tire'
Daytime running lights
. ImmobiUu daythue running lights
$35,750.00
Knapheide 6132 utility body or approved equivalent (requires 84" CA)
$35,750.00
Heil 2.-3 yd. dwnp body with manual grouud c<>ntroltarp or approved equivalent (requires 84"
,
i
NAI
NC i
!
NAI
$290.00 1
$S,990~001
·1 $4;990.001
I· .' I $3,990.00 1
$3;9911.00'
$390,00 1
NA
$390,00 1
NA
$17.00'
NA
NA
NA .CA) ....
5 yd. dump with manual ground control tarp (requires S4" CAl , $15,900.00 111
j YD DUMP BODY REQUIRES 33000GVW PACKAGE AT ADDITIONAL COsrOF $29,900 TWO WAYGATE ADD
$1,6504 CORNER STROBES ADM 890 VIBRATOR ADD $1.250 1 . I
t:z.!l. flat stake bQdy with 40" sides all arouud (requites 84" CAl I NA .
12 ft, centractors dump with manual ground control tarp, 14" sides (requires 84" CAl I $17,900.00 1
12 FT CONTRACTORS DUMP REQUIRES 33000 GVW PACKAGE AT ADDITIONAL COST OF $29,900 4 CORNER I
STROBES ADD $890 48 INCH UNDER BODY TOOL BOX ADD $960 24INCH SIDES ADD $ 2.850 TWIN BARN DOORE I
ADD $850 BACKuP CAMERA ADDS/,360 315 TIRES ADD SI.280 DROP DOWN'GATE ADD $840 1 i
14 ft. flat stake body with 40" sides all arouud (requites 108" CAl. .
14 ft. centrac!ors dump with manual ground control tarp, 14" sides (requites lOS" CAl
14 FTCONTRACTORE DUMP REQUIRES 33000 GVW PACKAGE AT ADDITIONAL COST OF $29,9004 CORNER
STROBES ADD $890 48 INCH UNDERBODY 1VOL BOX ADD $960 24 INCH SIDES ADD $2,850 BACKUP CAMERA
ADD $ 1,360315 T1RESAND WHEELSADD $1,]80 •
16 ft. flat stake body with 40" sides an around (requires 120" CAl
16 ft. contractors dump with manual ground control tarp, 14" sides (requires 120" CAl
I ;
16 FTCONTRAC1VRE DUMP REQUIRES 33000 HD GVW PACKAGEAT ADDn10NAL COST OF $29.9004 CORNER .
STROBES ADD $890 48lNCH TOOL BOX ADD $960 24 INCH SIDES ADD $1,950 1
NA
$17,900,00 1
NA'
$17,900,00 1,
698
VEIDCLE,
DEALER,
ZONE,
BASE PRICE,
DLR-18FSB 1
DLR-19RB 1
DLR.20VB 1
DLR-24VB 1
DLR-24FSB 1
AUTo'
CRANES l
VACTANK
2500 GAL 1
24 FT COLD
KING!
WATER 2000
GALLON l
FUEL 2500
GALLON l
BRUSHHAWG
C.MODEL 1
PETERSEN
TL3it824 l
PAC MAC
KB201
DLR.PDR 1
545-450 1
545-480 I
M2
Lou Bachrodt Freightliner Lou Bachrodt Freightliner Lou Bachrodt Freightliner Lou Bachrodt Freightliner
*Westem *Northem *Central *Southem
$35,750.00 $35,750.00 $35.750,00 $35.750.00
18 \i. flat stake body with 40" sides all around (requires 138' CAl .
REQUIRES 33.00.0 HDOVW P.CK AT ADDITIONAL COST 0F$29.900.00 1.: .
19 ft. rollback wrecker with wheel lift (requires 120" CAl
REQUIRES 33.000 HDGVW PCKAT ADDrrIONAL COSTOF$29,900.00 1
20ft. tiatstakii bOdy with 40' sides ail around (requires 156' CAl
IiEQUfRES 33.000,HDQVW PCKAT ADDITIONAL COSTOF$29;900.00' .
20 ft. van roll up door (requires 156" CAl
REQUIRES 33,'000 HD GVW PCK AT ADDrrJONAL COST OF $29,900.00 I
24ft. van roUup door (requiresIli6" CAl.. ..... .
. REQUIRES 33.000 HD GVW PCKAT ADDrrIONAL COST OF $29.POO.OO 1:
24 ft. flat stake body with 40' sides all aronnd(requires 186" CAl
REQUIRES 33.000 HD GVW PCK AT ADDrrIONAL COST OF $29,900,00 ,
Oplin.nal bOdy. spoellY .... . .'. .'. ..' .. '. .... . .' ....
AUW CHANEDRSTEUAi! S.OOOlt,:F'OR 6000II ADD $5900. 6132DLR·44K CHAN?! BODY ADD ~4,900,. .
1j132DL/fH-60KH:RANE BODYADDU,860 B9$ 36 CFMCOAIP ADD $7960 UND,ER DECK PTODRIVE COMP
BOS8'8060 ADD $13.400 SPRAY UNERADD $I.4JO .. 38,OOO#"'.~/ ... yUn<krsSTELLAR 7621 ADD $26.500
6132DWOJ ADD $36,500. INGERSOLLRAND I4 HP GAS CaMP ADD $5.900 1 .' '.:
Optional body· specifY
. 1 ' $8,400.00:
1: $45,500.00 I,
i $9800,00ll "I ' ..
$18,900.001 j
. .... . ,I
"\
$21,900.00 I
I
i $11,500.00 1
I $29,500:00' I
I
EAMVT2500GALWN CARBON STEEL VACUUM TANK 2500 GALLONS REQUlREE 33000 HD GVW PCKAT
ADDIIlONAL COST OF $29.900.00 FRONT UFT HOIST OPTION ADD $17.800 FULL OPEN RIiAR DOOR ADD $
12.700 FRUITLAND RCF870 500 CFMAIR COOLED ADD $2.900 NVE 866 500CFMADD $3.200 WADUNE WaH 4" I
VALVEADD $695 STANDPIPE 4" ADD $780 FOR ALUMINUM TANK ADD $9.500 , I
OPtionaf.body . specifY . .
24FTKOLDKING VAN IYITHWALTCORAILUFT 5000#REQUIRES 33000 HD GVW PACKAGEAT ADDIIlONAL .
COSTOF $29.900.00 TIlERMO KING MODEL T108DS-50 ADD. $26.900 1. .' .' . . '.' I . .
I Optional body· specifY
1
2000 GALLON WATER TANK STEELREQUJRES 33000 ED GfIW PACKAGE AT ADDITfONAL COST OF 129,900.00
DF[2JOO GALLoN TANKER STEEL BODY pRICE $58,500 1
OPtional body· speoilY .
2500DALLON POUSHED ALUM TANK REAR CANOPYSTYLE REQUIRES 33000 HD GVW PAC.AT ADDITIONAL
. COSTOF$29.900.00REQUfRESSDI08CAB.FORI310FRONTPTO. ' ...
1$47,900.00' I \
I . I ' $48.500.00 1
I . 'I
I 1 I $68,700.00 I
i . .' 1 i
I Optional body· speciJY I $66,900.00 !
BRUSH HOG C-MODEL GRAPPPLE LOADER AND BODY WiTH ELECTRIC TARP, DEDUCT -$1,592 FOR MANUAL ! I TARP, REQUIRES 33000 HD GVW PACKAGE AT ADDITIONAL COST GF $29.900. 00 AWC MODEL ALL WHEATHER I I
J CREWCAB roTAL PRiCE 51 iO,500 REQUIRES 33KGVW PACKAGE AND CREWCAB OPTION.I fll i
/
Oplional body· specilY . . ". ..... ..' $59,800.00 1!
. PETERSENTL3 LOADER WaH lim TRASH DUMP BODY REQUIRES 33000 HD GVW PACKAGEAT ADDrrJONAL. i' ,
i COSTOF $29.90D.OOQUADSTICKSADD $2900 DUAL LED STROBES ADD $893 SELF WINDING LOAD COVER:ADD ! I $980 TOOL BOX ADD $780 AMBER LED FLASHERS ADD 6690ROUTE AIlSISTANT ADD 849.500 2030 BODYADD i
, $4200 1824 TBHADD $2650 1824 HARDOX BODY ADD $5300 2030 HAROOXADD $6400 WORK UGHTS ADD 1490 ,
I, PER SIDE, 1 I .
: ,
'Optional body· speoilY
1 PAC MAC KB20 /24 KNUCKLE BOOM WITH 20 FT REACH AND HYDRAULIC JOYSTICK CONTROLS LED
; UGHTING AND SRlNG WADED ARMLESS TARP SYSTEM. REQUIRES 3$000 HD avw PACKAGE AT ADDlTIONAL
COST OF $29.900. 00 FOR HARDOX BODY ADD $4900 I
: Powder coatirig for utility body
108/1 cab to axle
: 120" cab to axle
l' $58.900.00 '
1 $3,900.00
NC'
$390.001'
697
VEmCLE: M2
DEALER:
ZONE:
Lou Bachrodt Freightliner Lou Bachrodt Freightliner LOll Bachrodt Freightliner Lml Bachrodt Freightliner
BASE PRICE:
545-524 '
545-572 '
545-632 '
545-647 ' .
33-3000 6SPD '
*Westem' *Northem *Central *Southern
$35,750.00 $35,750.00 $35,750.00 $35,750.00
138/1 cab to axle
156" cab to axle
[180" cab to axle i
j. t"86"·cab to.axl.~,. . . ',' ..". . . .
,33,000 GVWR Pck. -minimum 230 liP, 5 speed automatic transmission (3000RDS), or approved
j equivalent ~ sec optional wheelbase prices
133,000 GVWR Pck. -minimum 230 liP, S' speed automatic m,;,smission (350IiRDS), or approved I equivalerit -see optional wheelbase prices: .' . ..... .
133 ,000 GVWR Pck. -minimum 230 liP, 6 speed automatic transmission (3000RDS), or approved
equivalent -see optional wheelbase prices
33000 HD GVW peK WlTH 3000RDS 6SPD TRANSMISSION I
33-35006SPD I . 33,000 GVWR pck.-minimitiU 230 liP, 6 speed automatic. transmission (3500RDS), or approved .
equivalent : see optional wheelbase prices .. . ...... .
33-4X4'
33-108CA' .
33-120CA'
33-156CA'
33-180CA'
33,186CA'
DLR-35GVW'
DLR-37GVW 1
DLR-38GVW'
DLR-50GVW 1
DLR-39GVW '
DLR-LG3 1
DLR-LG3 1
33000 lID GVW PCK wrm 3500RDS 6 SPD TRANSMISSJOM I
33,000 GVWR factory '!Pproved 4WD
WITH 33000 HD GVW PCK 1
33,000 GVWR 108" CA .. '
33000 HD GVW PCx. I
33,000 GVWR 120" CA
33000 HD GVW PCx. I
. 33,000 GVWR 156" CA
33000 HD GVW PCx. I
33,000 GVWR 180" CA
33000 HD GVW PCK 1
. 33,000 GvwR186" CA
33000 HiJ GVW PCx. I
GVWR and CA upgrade -specify
35000HDGVWPCK1
[. GvwR and CA uPgrade -sp~cify
37000 HD GVW pcx.1
I .
I GVWR and CA upgrade -specify
38000 HD GVW PCK1
I.GVWR and CA upgrade -specify
50000HDGVWPCK1'
i GVWR and CA upgrade -specify
'GVWR and CA ~pJll'.de -specify i 39000 HD GVW PCK. r
: GVWR and CA upgrade -specify
: GVWR and CA upgrade -specify
2,000 lb. lift gate
, 3,000 lb. lift gate
$390.00 1
$39O.0Q'
$990.00 1
$990.00'
NA
NA
$29,900.00 1
$29,900.00 1
$59,9()().001
$29,900.001
$30,290.001
$30,290.00'
I $30,890.00
. I
$30,890.00
$31,900.00 1
I
$33,900.00 1
1
$34,900.00 1 [
!
II $39,900.00 !
I
NAi
I' $34,900.00 i
NA: :
NA!
$5,900.00 d
$6,900.00 I'
698
VEIDCLE:
DEALER:
ZONE:
BASE !'RICE:
DLR.AC50K 1
DLR.ACOR 1
DLR.ORIG I
DLR.6406 1
1 DLR,8406 ..
721.001 1
DLR.BUA I.
BUC I
RING POWER 1
EPSILON
LOADER I
PETERSEN
RS3 I
KNAPHEIDE I
AERIAL
BUCKET I
M2
LO\I Bachrodt Freightliner Lon Bachrodt Freightliner Lou Bachrodt Freightliner
*Western *Northem *Central
$35,750.00 $35,750.00 $35,750.00
Lou Bachrodt Freightliner
*Southem
$35,750.00
: 12 ton jack cab mounted, ifavail.ble
i Alitp Crane SOK'22 crane body with sl>elfpackage, 24" bumper with crank outriggers, or
! approved equivalent' .
NA!
, $44,900.00' i
I i OR KNAPHElDE 6108 DL BODY FOf 6000LE CRANE aT 6132DLHH-60K_REQUIRES 33000 HD GVW PCK AT I ADDITfONAL COST OF $29:900.00 '.' .' . . . .' .. .. . . ..'
r Auto Crane 6006EH electric hydraulic crane, boom support & chassis springs, or approved
equivalent
OR KNAPHEIDE 10006H 10K CAOAClTY OR KNAPHEIDE 6132DLHH BODY-REQUIRES 33000 HD GVW PCK AT
ADDllIONAL COST OF $29,900.00 1
. Auto Crane hydraUlic outriggers, or app,?ved equivillent' .
Auto Crane 6406 hydraulic crane, reservoir, PTO and pump, boom support & chassis springs, or
approved equivalent
OR KNAPHEIDE-REQUIRES 33000 HD GVW PCK AT ADDITIONAL COST OF $29,900.00 1
Auto Cr.ne8406 bYdraidic crane, reserVoir;.PTO and pump, boom support & chassis springs, or .
approvedequiv8Jent ". . :'. ..':. . '. .: '. .. .'. .' '.' '. . .
OR KNAPHElDE-RE{(UIRES 33000 HD GVW PCK A,TADDITfONAL COST OF $29.900.00 ,.' .
Backup iIIarm -Factory Installed
Backup aiilrm • Dealer Installed
Backup camera witb 3.5" LCD (rear mounted camera to provide wide angle field of vision at rear
of vehicle) -Factory InstaDed
I
$42,900.00'
$8,900'.00 1
$38,900.00 1
.$41,600.00 1
$45.00'
$95.00'
NA
. . . ,
Backup camera with 3.5" LCD (rear mounted camera to proVide wide angle fiOtdofvision at rear $2,450,00
of vehicle). Deiller lIistaIled .' . . I. '.
Optional ;quipment -specify I $119,600.00 1
XTPRO 60FORESRTY UNIT WI11lCHIP BODY REQUIRES 33K GVW PACK AT ADDITIONAL COST, TCSS OPTIMA I
MATERIAL HANDLER WJTi[lJNE BODY REQUIRES 33KGVWPACK TOTAL BODY PRICE $ I62,400SD FOR $9,800
TL50 MATERAILHANDLER TELESCOPIC WITH LINE BODY REQUIRES 33K GVW PACK TOTAL BODY PRICE
$16</,900 OPTIONS, FRONT WINCH ADD $1~900. OPTION HOOKS ADD $690. OPTION LADDER RACK ADD $1,900'1
OPTION VISE ADD 11,900. OPTION GRAB HANDLESADD $1,450. OPTION CHANSAW BOX ADD $1,420. OPTION
I 2"WIRE REEL HOLDER ADD $780. OPTION STROBES ADD $760. OPTION RUBBER BLANKET BOX ADD $1,260. I
OPTION GOLIGHT SPOT LlGH ADD 1980, OPTION ROPE LIGHTS ADD SI.490. OPTION LED LIGHTS ADD $1,260. I
OPTION LED TRAFFIC ADVISOR ADD $1.490. OPTION POWER INVERTER ADD $3,900 OPTIONPOLE RACK ADD
$3,60 C4047 DIGGER DERRICK WffH LINE BODY TOTAL BODY PRICE $182,400 REQUiRES 33K GVW PACK I i
Option8J equipment· specify .' . . . 1$109,500.00'
EPSlWN M100L72 LOADEli WITH 28 YD DUMP BODY REQUIRES 35000 HD GVW PACKAGE AT ADDrrIONAL I . .
COST Of'S31;900 I '. '.' . . . '1' ',1
Optional equipment -specifY I:::,. $.99,300.00 '1 PETERSEN RSw3 REAR STEER LOADER WITH JOYSTICK CONTROL, DIAGNOSTIC SCREEN IN UPPER CAB AND
SCREEN TO SWITCH FROM DIAGNOSTIC TO REAR CAMERA WHEN TRUCK IS IN DRIVE PETERSEN RL-3
LOADER WITH TRAILER TOTAL PRICE FOR BODY $95, 600 ALL REQUIRE 33000 HD GVW PACKAGE AT
ADDITIONAL COST OF $29.900'
Optional equipment' specilY . .
6mHC LINE BODY WITH CANOPY ROOF REQUIRES 33000 HD GVW PACKAGE AT ADDITIONAL COST OF
$29.900.00 6J32DLR-30J CRANE BDDY WITH 5005EH AUTO CRANE TOTAL PRICE $59.600. FOR RAMS 123829
WINCH ADD $18.500 MIAMI DADE WATER AND SEWER SPEcs. I
Optional equipment -specilY
AERIAL BUCKET TRUCK·REQUIRES 33000 HD GVW PCK AT ADDrrIONAL COST OF $29.900.00 ,
,
I' $29,400.00 :
• $128,000.00 1
699
VElliCLE:
DEALER:
ZONE:
BASE PRICE:
CONTAINER
CARRIER!
DLR-HL'
DLR-::WlD 1
ALTEC'
NEW WAY
VIPER20RL '
RDK SiDE
LOADER'
LOADMASTER
-HEIL '
BERGKAMP'
TEREX
CRANES'
DLR-TT'
DLR-TER'
WBB-345 '
WBB-277,
M2
LOll Bachrodt Freightliner Lou Bachrodt Freightiiner
*Westem *Northeni
UJU Bachrodt Freightliner
*Central
Lou Bachrodt Freightliner
*Southem.
$35.750.00 $35,750.00 $35,750.00 $35,750.00
: Optional equipment -specilY . .' . ". . : . .
: AMERlCAN ROLWFF ACC·80 rX)NTAfNER CARRIER KEQVIRES 33000 HD GVW PACKAGE ATADDITIONA[ .
j C;OSTOFS29,9M.00', '. .' . . .' . :.. . ....... .'. . .'
I
Optional equipment -specify
20K ~OOK u~ WlTHTAJIP-~QVlRES 33000 HD GVW PCKAT ADDITION A[ COST OF $29.900.00'
,Optional equlpment -SpecllY.· .. . .... .. ..' .
1
20 FTTRASH DUMP BODY-REQUIRES J3000HDGVWPCKATADDITIONA[ COSTOF $29.900.00 4 CORNER
S1'ROBESADD $890 48 INCH TOOL BOXADD $1.450 CSP90 STI/OBES ADD :l.4~'.. . . . . .. .... . .. ... . ....
Optional equipment -specilY .' ..' .. . '. .
A[TEC ffi758. ALTEC AA 55 TOTAL PRICE $129.500 A[TEC AA55E TOTAL PRICE $116.500 ALL REQUIRE 33000
HD GVW PACKAGE AT ADDITiONAL COST OF $29,900. 00 I
$52,600.00'
! $22,900.001
! $98,600.001
I
I
Opti~na1equii>ment ,specify .' . '. '.' ' ... : ... ' . . •...• . '.. . : $$8,900.00'.
TCM42580DHEPOH0L8PATCHTRUCK80DY-REQUIRESll000HDGVWPCKATADDITIONALCOSTOF .. I
· $29;900 TCM 50IJ-I1IJ-DHE ADD $1950 TCM 600-:l2IJ-DHEADD $2450 iVD 501i-!lIJ-DHEADD $1650 TCM '1
:!::'~::::~5:::;;rKEASPHALTDISTRJBT,!TORTO~A[PRICE.$I19.600TCM50/J-8IJ-AEEADD. '1 $57,900.00'
NEW WAY VIPER 20RL REARLOADER NEW WAY COBRA 20RL REAR LOADER lOTA[ PRlCE S58.900 BOTH I
REQUIRE 33000 HD GVW PACKAGE AT ADDITION A[ COST OF $29.900.00'
· Optional equipment -specilY I $94,500.00' i
MPBI20DX DVA[ SIDE LOADING BODY REQUIRES RH STANDUP DRWE OPTION AND 33000 HD GVW PCKAT I· .,
ADDITION A[ COST OF $29.900.00 AND 2BVHP ENGINE AT $5490.00 ADDITION A[ COST. , .. i .. ': . I
Optional equipment -speci~ .'. . . . .' . . i $62,500.001(
LOADMASTER LEGACY3-20 CU YO MEDUlM COMPACTION LOADMASTER 20 YD REARWADER REQUIRES 11000 I 1
· GVW HD GVW PCK AT ADDITIONAL COST OF $29.900 25 CU YO BODY ADD $400 REQUIRES 19000 HD GVW' i
PACK AT ADD[[JONA[ COST OF $39.900 HElL 20 YD REAR WADER REQUIRES 31000 HD GVW PACKAGE AT I
ADDITIONAL COST OF $29.900.00 TOTA[ BODY PRICE IS $59.600 BAYNE CART TIPPER EACH $5900 AT,!TO LUBE
SYSTEM AD~ $7,960. CUR~'lT~ CAN ASSEMBLE ADD $29,800.1 . fl 1 j
· Optional equipl)1ent ~ specilY . . . $95 700 00 .
BERGKAMP FP5 FLAMELESS POTHOLE PArcHER REQUIRES 31000 HD GVW PACKAGE AT ADDITION A[ COST I '. ..• .... I
OF $29.900.00 OPTION FaR PATENTED SWING-AUGER CHUTE ADD $7950 OPTION FOR FL DOT LED I :
ARROWBOARDADD$'4S00PTIONFORTRUCKMOUNTEDCONEHOLDERADD$195 , I i
Optional equipment -specilY
TEREX BT1047 /0 TON CRANE TEREX BTJB70 19 TON CRANE TOTA[ PRICE SI27.900 ALL REQUIRE 33000 HD
GVW PACKAGE AT ADDITIONAL COsrOF $29,900.00 1
Tempormy tag
Transfer existing registration (must provide tag number)
New ~tate tag (specify s~, ~ounty, city, sheriffJ etc;)
Maintenauce Plan -specilY
Maintenance Plan -specilY
Maintenauee PIau -speeilY
Warrauty -specify
HEARS /00000 MILES 1
Warrauty -specilY
5 YEARS 200000 MiLES I
I '
1$118,900.00' !
I ,
i j
I Net! ,
$50.00'1
NAI
NA:
NA
NA:
$500.00'
I $2,000.00
700
VEIDCLE:
DEALER:
ZONE:
BASE PRICE:
WBB-280 1
WAI-47P 1
WA-H7X I
WAI-48C I
M2
LOll Bachrodt Freightliner
*Westem
$35,750,00
Warranty -specify
7 YIlARS 250000 MILES I
Diesel Warranty -specifY
3 YEARS 100000 MiLES t
Diesel Warraitty~ SPl'c.ifY
H1'ARS20000Q'M[LESI, "
Diesel Warranty -sPl'cifY
7 YEARS 250000 MILES'
Lou Bachrodt Freightliner
*Northern
$35,750,00
Lou Bachrodt Freightliner
*Central
$35,750,00
LOll Bachrodt Freightliner
*Southem
$35,750.00
, ,I $3,000.00
$950.00 1
$ ,', I • l;~OO.OO
$2,300.00'
701
~ _ "c.;,;:> -=..
___ --~~~v
2840 Center Port Circle
Pompano, 8ch, FL. 33064
PURCHASER: SOUTH MIAMI CITY OF
ADDRESS: 6130 SUNSET DRIVE
Fi'_,J'vhillll.,..
.5iwINTER
DATE: 11/312017
PHONE: 305 663 6339
CITY: SOUTH MIAMI FL. AnN: STEVEN KULICK
BASE MODEL: SPEC 13 FREIGHTLINER M2 FLORIDA SHERIFFS CONTRACT
OPTION # 101-22P CUMMINS L9 300 HP ALLISON 3000 TRANSMISSION
OPTION # WBB-280 CHASSIS 7 YEAR WARRANTY
OPTION # WAI-48C ENGINE 7 YEAR WARRANTY
OPTION # 33-186CA 186 CA 33,000# GVW PACKAGE
OPTION # DLR-20TD 24 FTTRASH BODY PER AnACHED SPECS
OPTION #
OPTION # INCLUDES ALL ITEMS IN AnACHED FREIGHTLINER QUOTE.
OPTION # MUDFLAPS, BACKUP ALARM, 3 KEYS, AIR HORNS ..
OPTION #
OPTION #
OPTION #
OPTION #
OPTION # TOTAL PRICE'
Budget Challenges?
Daimler Truck Financial offers special municipal financing programs
to help fund the purchase of needed vehicles and other equipment.
·Monthly, annual, semi-annual or quarterly payment options
·Flexible repayment terms (tied to your budget)
PRICE: $35,750
PRICE: $10,990
PRICE: $3,000
PRICE: $2,3000
PRICE: $30,890
PRICE: $22,900
PRICE:
PRICE:
PRICE:
PRICE:
PRICE:
PRICE:
PRICE:
PRICE: $105,740 EACH
TOTAL PRICE: $0.00
*MTHLY PAYMENT: $0.00
'Actual rate, terms, down payment, and program eligibility will be determined by DTF creditteam
based upon credit worthiness and experience of customer.
Prepared for: Prepared by:
STEVE KULICK
SOUTH MIAMI CITY OF
6130 SUNSET DRIVE
SOUTH MIAMI, FL 33143
Phone: 9545451000
Drew Ellison
LOU BACHRODT FREIGHTLINER
2840 CENTER PORT CIRCLE
POMPANO BEACH, FL 33064
Phone: 407-886-6704
24 FT TRASH DUMP BODY
QUOTATION
CUM L9 300 HP @2000 RPM, 2200 GOV RPM, 860 LBIFT
@1300RPM
i¥1'R7iiT DA-F-1
SINGLE AXLE
12,000# MONO. TAPERLEAF FRONT SUSPENSION
ALLISON 3500 RDS AUTOMATIC TRANSMISSION WITH
PTO PROVISION
106 INCH BBC FLAT ROOF ALUMINUM CONVENTIONAL
CAB
RS-21-160 21,000# R-SERIES SINGLE REAR AXLE
21,000# 52 INCH VARIABLE RATE MULTI-LEAF SPRING
REAR SUSPENSION WITH RUBBER HELPER
6350MM (250 INCH) WHEELBASE
11/32X3-1I2Xl0-15/16 INCH STEEL FRAME
(8.73MMX277.8MMIO.344Xl0.94 INCH) 120KSI
1600MM (63 INCH) REAR FRAME OVERHANG
PER UNIT TOTAL
VEHICLE PRICE TOTAL # OF UNITS (1) $ $
EXTENDED WARRANTY $ $
DEALER INSTALLED OPTIONS $ $ .. -.---.,-""-... " .. -.~.-.-.. ------,--.,-,.,.-----.. ,-" .. -.... , .... _._---_ .......... --.---.-------~.-"-.,,.-.. --.-.--.-."--... _--_._---,_ .. _ .......... _., .. _._--""-_ ..... _ .... _._--_ ... __ ._-~." .. ----.-,---... ------.-.
CUSTOMER PRICE BEFORE TAX $ $
TAXES AND FEES
OTHER CHARGES
. TRADE-IN ALLOWANCE
BALANCE DUE
$
$
$
(LOCAL CURRENCy) $
$
$
(0) $
105,740 $
(0)
105,740
2017/2018 FLORIDA SHERIFFS CONTRACT SPEC 13 FSA17-VEH15.0
LOU BACHRODT ISBL FREIGHTLINER LOW BID ON THIS SPEC.
Daimler Truck Finm1cial
Financing that works for you.
Application Version 9.2.509
Data Version PRL-16M.026
SOUTH MIAMI 24FT TRASH
See your local dealer for a competitive quote from Daimler Truck Financial, or
contact us at tnformation@dtfoffers.com.
Daimler Truck Financial offers a variety of finance, lease and insurance solutions to
fit your business needs. For more information about our products and services, visit
aUf website at www.daimler-truckfinancial.com.
11/01/20172:07 PM
Page 1 of 14
Prepared for:
STEVE KULICK
SOUTH MIAMI CITY OF
6130 SUNSET DRIVE
SOUTH MIAMI, FL 33143
Phone: 954 545 1000
Prepared by:
Drew Ellison
LOU BACHRODT FREIGHTLINER
2840 CENTER PORT CIRCLE
POMPANO BEACH, FL 33064
Phone: 407-886-6704
SPECIFICATION PROPOSAL
M2 106 CONVENTIONAL CHASSIS
2018 MODEL YEAR SPECIFIED
SET BACK AXLE -TRUCK
STRAIGHT TRUCK PROVISION
LH PRIMARY STEERING LOCATION
TRUCK CONFIGURATION
DOMICILED, USA (EXCLUDING CALIFORNIA AND
CARB OPT-IN STATES)
PICKUP AND DELIVERY/SHORT HAUL SERVICE
GOVERNMENT BUSINESS SEGMENT
FIXED LOAD COMMODITY
TERRAIN/DUTY: 10% (SOME) OF THE TIME, IN
TRANSIT, IS SPENT ON NON-PAVED ROADS
MAXIMUM 8% EXPECTED GRADE
MAINTAINED GRAVEL OR CRUSHED ROCK-
MOST SEVERE IN-TRANSIT (BE1WEEN SITES)
ROAD SURFACE
MEDIUM TRUCK WARRANTY
EXPECTED FRONT AXLE(S) LOAD: 12000.01bs
EXPECTED REAR DRIVE AXLE(S) LOAD:
21000.01bs
EXPECTED GROSS VEHICLE WEIGHT CAPACITY
: 33000.01bs
Application Version 9.2.509
Data Version PRL-16M.026
SOUTH MIAMI 24FT TRASH
11/01/20172:07 PM
Page 2 of 14
Prepared for:
STEVE KULICK
SOUTH MIAMI CITY OF
6130 SUNSET DRIVE
SOUTH MIAMI. FL 33143
Phone: 954 545 1000
Description
FLATBED/PLATFORM/STAKE BODY
3-V DISTRIBUTING INC
EXPECTED BODY/PAYLOAD CG HEIGHT ABOVE
FRAME "XX" INCHES: 32.0 in
CUM L9 300 HP @2000 RPM, 2200 GOV RPM,
860 LB/FT@ 1300 RPM
75 MPH ROAD SPEED LIMIT
CRUISE CONTROL SPEED LIMIT SAME AS ROAD
SPEED LIMIT
PTO MODE BRAKE OVERRIDE -SERVICE
BRAKE APPLIED
PTO RPM WITH CRUISE SET SWITCH -700 RPM
PTO RPM WITH CRUISE RESUME SWITCH -800
RPM
PTO MODE CANCEL VEHICLE SPEED -5 MPH
PTO GOVERNOR RAMP RATE -250 RPM PER
SECOND
PTO MINIMUM RPM -700
REGEN INHIBIT SPEED THRESHOLD -5 MPH
2016 ONBOARD DIAGNOSTICS/2010
EPA/CARB/FINAL GHG17 CONFIGURATION
NO 2008 CARB EMISSION CERTIFICATION
STANDARD OIL PAN
ENGINE MOUNTED OIL CHECK AND FILL
ONE PIECE VALVE COVER
SIDE OF HOOD AIR INTAKE WITH FIREWALL
MOUNTED DONALDSON AIR CLEANER
DR 12V 160 AMP 28-SI QUADRAMOUNT PAD
ALTERNATOR WITH REMOTE BATTERY VOLT
SENSE
(2) ALLIANCE MODEL 1231, GROUP 31, 12 VOLT
MAINTENANCE FREE 2250 CCA THREADED
STUD BATTERIES
BATTERY BOX FRAME MOUNTED
STANDARD BATTERY JUMPERS
SINGLE BATTERY BOX FRAME MOUNTED LH
SIDE UNDER CAB
WIRE GROUND RETURN FOR BATTERY CABLES
WITH ADDITIONAL FRAME GROUND RETURN
NON·POLISHED BATTERY BOX COVER
Application Version 9.2.509
Data Version PRL~16M.026
SOUTH MIAMI 24FT TRASH
Prepared by:
Drew Ellison
LOU BACHRODT FREIGHTLINER
2840 CENTER PORT CIRCLE
POMPANO BEACH, FL 33064
Phone: 407-886-6704
11/01/20172:07 PM
Page 3 of 14
Prepared for:
STEVE KULICK
SOUTH MIAMI CITY OF
6130 SUNSET DRIVE
SOUTH MIAMI, FL 33143
Phone: 954 545 1000
Description
CUMMINS TURBOCHARGED 18.7 CFM AIR
COMPRESSOR WITH INTERNAL SAFETY VALVE
STANDARD MECHANICAL AIR COMPRESSOR
GOVERNOR
AIR COMPRESSOR DISCHARGE LINE
ELECTRONIC ENGINE INTEGRAL SHUTDOWN
PROTECTION SYSTEM
CUMMINS EXHAUST BRAKE INTEGRAL WITH
VARIABLE GEOMETRY TURBO WITH ON/OFF
DASH SWITCH
RH OUTBOARD UNDER STEP MOUNTED
HORIZONTAL AFTERTREA TMENT SYSTEM
ASSEMBLY WITH RH HORIZONTAL TAILPIPE
ENGINE AFTERTREATMENT DEVICE,
AUTOMATIC OVER THE ROAD REGENERATION
AND DASH MOUNTED REGENERATION
REQUEST SWITCH
STANDARD EXHAUST SYSTEM LENGTH
RH STANDARD HORIZONTAL TAILPIPE
6 GALLON DIESEL EXHAUST FLUID TANK
100 PERCENT DIESEL EXHAUST FLUID FILL
LH MEDIUM DUTY STANDARD DIESEL EXHAUST
FLUID TANK LOCATION
STANDARD DIESEL EXHAUST FLUID PUMP
MOUNTING
STANDARD DIESEL EXHAUST FLUID TANK CAP
HORTON DRIVEMASTER ADVANTAGE ON/OFF
FAN DRIVE
AUTOMATIC FAN CONTROL WITHOUT DASH
SWITCH, NON ENGINE MOUNTED
CUMMINS SPIN ON FUEL FILTER
COMBINATION FULL FLOW/BYPASS OIL FILTER
1100 SQUARE INCH ALUMINUM RADIATOR
ANTIFREEZE TO -34F, ETHYLENE GLYCOL PRE-
CHARGED SCA HEAVY DUTY COOLANT
GATES BLUE STRIPE COOLANT HOSES OR
EQUIVALENT
CONSTANT TENSION HOSE CLAMPS FOR
COOLANT HOSES
RADIATOR DRAIN VALVE
LOWER RADIATOR GUARD
ALUMINUM FLYWHEEL HOUSING
ELECTRIC GRID AIR INTAKE WARMER
DELCO 12V 38MT HD STARTER WITH
INTEGRATED MAGNETIC SWITCH
Application Version 9.2.509
Data Version PRL-16M.026
SOUTH MIAMI 24FT TRASH
Prepared by:
Drew Ellison
LOU BACHRODT FREIGHTLINER
2840 CENTER PORT CIRCLE
POMPANO BEACH, FL 33064
Phone: 407-886-6704
11/01/20172:07 PM
Page 40f 14
Prepared for:
STEVE KULICK
SOUTH MIAMI CITY OF
6130 SUNSET DRIVE
SOUTH MIAMI, FL 33143
Phone: 954 545 1000
ALLISON 3500 RDS AUTOMATIC TRANSMISSION
WITH PTO PROVISION
ALLISON VOCATIONAL PACKAGE 223-
AVAILABLE ON 3000/4000 PRODUCT FAMILIES
WITH VOCATIONAL MODELS RDS, HS, MH AND
TRV
ALLISON VOCATIONAL RATING FOR ON/OFF
HIGHWAy APPLICATIONS AVAILABLE WITH ALL
PRODUCT FAMILIES
PRIMARY MODE GEARS, LOWEST GEAR 1,
START GEAR 1, HIGHEST GEAR 6, AVAILABLE
FOR 3000/4000 PRODUCT FAMILIES ONLY
SECONDARY MODE GEARS, LOWEST GEAR 1,
START GEAR 1, HIGHEST GEAR 6, AVAILABLE
FOR 3000/4000 PRODUCT FAMILIES ONLY
PRIMARY SHIFT SCHEDULE RECOMMENDED BY
DTNAAND ALLISON, THIS DEFINED BY ENGINE
AND VOCATIONAL USAGE
SECONDARY SHIFT SCHEDULE
RECOMMENDED BY DTNA AND ALLISON, THIS
DEFINED BY ENGINE AND VOCATIONAL USAGE
PRIMARY SHIFT SPEED RECOMMENDED BY
DTNAAND ALLISON, THIS DEFINED BY ENGINE
AND VOCATIONAL USAGE
SECONDARY SHIFT SPEED RECOMMENDED BY
DTNAAND ALLISON, THIS DEFINED BY ENGINE
AND VOCATIDNAL USAGE
LOAD BASED SHIFT SCHEDULE AND VEHICLE
ACCELERATION CONTROL RECOMMENDED BY
DTNA AND ALLISON, THIS DEFINED
VOCATIONAL USAGE
NEUTRALAT STOP -DISABLED, FUELSENSE-
DISABLED
DRIVER SWITCH INPUT -DEFAULT -NO
SWITCHES
TCU-DIRECTION CHNG,NOT CONFIGURED
TCU-PUMP MODE OPTION NOT CONFIGURED
TCU-RANGE INDICATION NOT CONFIGURED
VEHICLE INTERFACE WIRING CONNECTOR
WITHOUT BLUNT CUTS, AT BACK OF CAB
ELECTRONIC TRANSMISSION CUSTOMER
ACCESS CONNECTOR FIREWALL MOUNTED
CUSTOMER INSTALLED MUNCIE CS20/CS24
SERIES PTO
Application Version 9.2.509
Data Version PRL-16M.026
SOUTH MIAMI 24FT TRASH
Prepared by:
Drew Ellison
LOU BACHRODT FREIGHTLINER
2840 CENTER PORT CIRCLE
POMPANO BEACH, FL 33064
Phone: 407 ~886-6704
11/01/20172:07 PM
Page 5 of 14
prepared for:
STEVE KULICK
SOUTH MIAMI CITY OF
6130.SUNSET DRIVE
SOUTH MIAMI, FL 33143
Phone: 954 545 1000
Description
PTO MOUNTING, LH SIDE OF MAIN
TRANSMISSION
MAGNETIC PLUGS, ENGINE DRAIN,
TRANSMISSION DRAIN, AXLE(S) FILL AND
DRAIN
PUSH BUTTON ELECTRONIC SHIFT CONTROL,
DASH ~OUNTED
TRANSMISSION PROGNOSTICS -ENABLED 2013
WATER TO OIL TRANSMISSIOl'j COOLER, IN
RADIATOR END TANK
TRANSMISSION OIL CHECK AND FILL WITH
ELECTRONIC OIL LEVEL CHECK
,SYNTHETIC TRANSMISSION FLUID (TES-295
DETROIT DA-F-12.0-312,000# FF1 71.5 KP1/3.74
DROP SINGLE FRONT AXLE
MERITOR 15X4 Q+ CAM FRONT BR'\KES
NON-ASBESTOS FRONT BRAKE LINING
CONMET CAST IRON FRONT BRAKE DRUMS
FRONT BRAKE DUST SHIELDS
FRONT OIL SEALS
VENTED FRONT HUB CAPS WITH WINDOW,
CENTER AND SIDE PLUGS -OIL
STANDARD SPINDLE NUTS FOR ALL AXLES
MERITORAUTOMATIC FRONT SLACK
ADJUSTERS
TRW THP-60 POWER STEERING
POWER STEERING PUMP
2 QUART SEE THROUGH POWER STEERING
RESERVOIR
SYNTHETIC 75W-90 FRONT AXLE LUBE
12,000# MONO TAPERLEAF FRONT
SUSPENSION
MAINTENANCE FREE RUBBER BUSHINGS -
FRONT SUSPENSION
NO FRONT SUSPENSION SPRING BRACKET
OPTIONS
FRONT SHOCK ABSORBERS
RS-21-160 21,000# R-SERIES SINGLE REAR
AXLE
Application Version 9.2.509
Data Version PRL-16M.026
SOUTH MIAMI 24FT TRASH
Prepared by:
Drew Ellison
LOU BACHRODT FREIGHTLINER
2840 CENTER PORT CIRCLE
POMPANO BEACH, FL 33064
Phone: 407-886-6704
11/01/20172:07 PM
Page 6 of 14
Prepared for:
STEVE KULICK
SOUTH MIAMI CITY OF
6130 SUNSET DRIVE
SOUTH MIAMI, FL 33143
Phone: 954 545 1000
Description
5.38 REAR AXLE RATIO
IRON REAR AXLE CARRIER WITH STANDARD
AXLE HOUSING
MXL 16T MERITOR EXTENDED LUBE MAIN
DRIVELINE WITH HALF ROUND YOKES
NO DRIVELINE GUARD
DRIVER CONTROLLED TRACTION
DIFFERENTIAL -SINGLE REAR AXLE
(1) DRIVER CONTROLLED DIFFERENTIAL LOCK
REAR VALVE FOR SINGLE DRIVE AXLE
BLINKING LAMP WITH EACH MODE SWITCH,
DIFFERENTIAL UNLOCK WITH IGNITION OFF,
ACTIVE <5 MPH
MERITOR 16.5X7 Q+ CAST SPIDER CAM REAR
BRAKES, DOUBLE ANCHOR, FABRICATED
SHOES
NON-ASBESTOS REAR BRAKE LINING
BRAKE CAMS AND CHAMBERS ON FORWARD
SIDE OF DRIVE AXLE(S)
CONMET CAST IRON REAR BRAKE DRUMS
REAR BRAKE DUST SH IELDS
REAR OIL SEALS
WABCO TRISTOP D LONGSTROKE 1-DRIVE
AXLE SPRING PARKING CHAMBERS
MERITORAUTOMATIC REAR SLACK
ADJUSTERS
SYNTHETIC 7fNV-90 REAR AXLE LUBE
21,000# 52 INCH VARIABLE RATE MULTI-LEAF
SPRING REAR SUSPENSION WITH RUBBER
HELPER
SPRING SUSPENSION -NO AXLE SPACERS
STANDARD AXLE SEATS IN AXLE CLAMP
GROUP
AIR BRAKE PACKAGE
WABCO 4S/4M ABS WITHOUT TRACTION
CONTROL
REINFORCED NYLON, FABRIC BRAID AND WIRE
BRAID CHASSIS AIR LINES
FIBER BRAID PARKING BRAKE HOSE
STANDARD BRAKE SYSTEM VALVES
STANDARD AIR SYSTEM PRESSURE
PROTECTION SYSTEM
Application Version 9.2.509
Data Version PRL-16M.026
SOUTH MIAMI 24FT TRASH
Prepared by:
Drew Ellison
LOU BACHRODT FREIGHTLINER
2840 CENTER PORT CIRCLE
POMPANO 8EACH, FL 33064
Phone: 407-886-6704
11/01/2017 2:07 PM
Page 7 of 14
Prepared for:
STEVE KULICK
SOUTH MIAMI CITY OF
6130 SUNSET DRIVE
SOUTH MIAMI, FL 33143
Phone: 954 545 1000
Description
sm U.S. FRONT BRAKE VALVE
RELAY VALVE WITH 5-8 PSI CRACK PRESSURE,
NO REAR PROPORTIONING VALVE
NO BRAKE LINE AIR DRYER
STEEL AIR BRAKE RESERVOIRS
BW DV-2 AUTO DRAIN VALVE WITHOUT HEATER
ON ALL TANK(S)
UPGRADED CHASSIS MULTIPLEXING UNIT
UPGRADED BULKHEAD MULTIPLEXING UNIT
6350MM (250 INCH) WHEELBASE
11132X3-112X1D-15116 INCH STEEL FRAME
(8.73MMX277.8MMIO.344X10.94 INCH) 120KSI
1600MM (63 INCH) REAR FRAME OVERHANG
FRAME OVERHANG RANGE: 61 INCH TO 70
INCH
CALC'D BACK OF CAB TO REAR SUSP CIL (CA) :
184.45 in
CALCULATED EFFECTIVE BACK OF CAB TO
REAR SUSPENSION CIL (CA): 181.45 in
CALC'D FRAME LENGTH -OVERALL: 342.39
CALC'D SPACE AVAILABLE FOR DECKPLATE:
184.45 in
CALCULATED FRAME SPACE LH SIDE: 156.08
In
CALCULATED FRAME SPACE RH SIDE: 169.67
in
SQUARE END OF FRAME
FRONT CLOSING CROSSMEMBER
STANDARD WEIGHT ENGINE CROSSMEMBER
STANDARD MIDSHIP #1 CROSSMEMBER(S)
STANDARD REARMOST CROSSMEMBER
STANDARD SUSPENSION CROSSMEMBER
THREE-PIECE 14 INCH STEEL CENTER BUMPER
WITH FLEXIBLE PLASTIC ENDS
FRONT TOW HOOKS -FRAME MOUNTED
BUMPER MOUNTING FOR SINGLE LICENSE
PLATE
BEDS B-25 PAINTED MUDFLAP BRACKETS
Application Version 9.2.509
Data Version PRL~16M.026
SOUTH MIAMI 24FT TRASH
Prepared by:
Drew Ellison
LOU BACHRODT FREIGHTLINER
2840 CENTER PORT CIRCLE
POMPANO BEACH, FL 33064
Phone: 407-886-6704
11101120172:07 PM
Page 8 of 14
Prepared for:
STEVE KULICK
SOUTH MIAMI CITY OF
6130 SUNSET DRIVE
SOUTH MIAMI, FL 33143
Phone: 954 545 1000
Description
BLACK MUDFLAPS
FENDER AND FRONT OF HOOD MOUNTED
FRONT MUDFLAPS
GRADE 8 THREADED HEX HEADED FRAME
FASTENERS
NO TIRE PRESSURE CONTROUSENSOR
80 GALLON/302 LITER RECTANGULAR
ALUMINUM FUEL TANK -LH
RECTANGULAR FUEL TANK(S)
PLAIN ALUMINUM/PAINTED STEEL
FUEUHYDRAULIC TANK(S) WITH PAINTED
BANDS
FUEL TANK(S) FORWARD
PLAIN STEP FINISH
FUEL TANK CAP(S)
DETROIT FUEUWATER SEPARATOR WITH
WATER IN FUEL SENSOR
EQUIFLO INBOARD FUEL SYSTEM
HIGH TEMPERATURE REINFORCED NYLON
FUEL LINE
HANKOOKAL11 11R22.514 PLY RADIAL FRONT
TIRES
HANKOOK DL 11 11 R22.5 14 PLY RADIAL REAR
TIRES
CONMET PRESET PLUS PREMIUM IRON FRONT
HUBS
CONMET PRESET PLUS PREMIUM IRON REAR
HUBS
MAXI ON WHEELS 90541 22.5X8.2510-HUB PILOT
6.20 INSET 2-HAND STEEL DISC FRONT
WHEELS
MAXION WHEELS 90541 22.5X8.2510-HUB PILOT
6.20 INSET 2-HAND STEEL DISC REAR WHEELS
NO RIMIWHEEL TIRE PRESSURE SENSOR
FRONT WHEEL MOUNTING NUTS
Application Version 9.2.509
Data Version PRL-16M.026
SOUTH MIAMI 24FT TRASH
Prepared by:
Drew Ellison
LOU BACHRODT FREIGHTLiNER
2840 CENTER PORT CIRCLE
POMPANO BEACH, FL 33064
Phone: 407-886-6704
11/01/20172:07 PM
Page 9 of 14
Prepared for:
STEVE KULICK
SOUTH MIAMI CITY OF
6130 SUNSET DRIVE
SOUTH MIAMI, FL 33143
Phone: 954 545 1000
Description
106 INCH BBC FLAT ROOF ALUMINUM
CONVENTIONAL CAB
LEAF SPRING REAR CAB SUSPENSION
LH AND RH GRAB HANDLES
PAINTED PLASTIC GRILLE
ARGENT SILVER HOOD MOUNTED AIR INTAKE
GRILLE
FIBERGLASS HOOD
SINGLE 14 INCH ROUND HADLEY AIR HORN
UNDER LH DECK
SINGLE ELECTRIC HORN
SINGLE HORN SHIELD
DOOR LOCKS AND IGNITION SWITCH KEYED
THE SAME WITH (4) KEYS
REAR LICENSE PLATE MOUNT END OF FRAME
INTEGRAL HEADLIGHT/MARKERASSEMBLY
(5) AMBER MARKER LIGHTS
INTEGRAL STOPITAIUBACKUP LIGHTS
STANDARD FRONT TURN SIGNAL LAMPS
DUAL WEST COAST BRIGHT FINISH MIRRORS
DOOR MOUNTED MIRRORS
102 INCH EQUIPMENT WIDTH
LH AND RH 8 INCH BRIGHT FINISH CONVEX
MIRRORS MOUNTED UNDER PRIMARY
MIRRORS
STANDARD SIDE/REAR REFLECTORS
63X14 INCH TINTED REAR WINDOW
TINTED DOOR GLASS LHAND RHWITH TINTED
NON-OPERATING WING WINDOWS
MANUAL DOOR WINDOW REGULATORS
TINTED WI NDSHIELD
2 GALLON WINDSHIELD WASHER RESERVOIR
WITHOUT FLUID LEVEL INDICATOR, FRAME
MOUNTED
OPAL INTERIOR
MOLDED PLASTIC DOOR PANEL
MOLDED PLASTIC DOOR PANEL
BLACK MATS WITH SINGLE INSULATION
FORWARD ROOF MOUNTED CONSOLE WITH
UPPER STORAGE COMPARTMENTS WITHOUT
NETIING
Application Version 9.2.509
Data Version PRL-16M.026
SOUTH MIAMI 24FT TRASH
Prepared by:
Drew Ellison
LOU BACHRODT FREIGHTLINER
2840 CENTER PORT CIRCLE
POMPANO BEACH, FL 33064
Phone: 407-886-6704
11/01/20172:07 PM
page 10of14
Prepared for:
STEVE KULICK
SOUTH MIAMI CITY OF
6130 SUNSET DRIVE
SOUTH MIAMI, FL 33143
Phone: 954 545 1000
Description
IN DASH STORAGE BIN
(2) CUP HOLDERS LH AND RH DASH
GRAYICHARCOAL FLAT DASH
HEATER, DEFROSTER AND AIR CONDITIONER
STANDARD HVAC DUCTING
MAIN HVAC CONTROLS WITH RECIRCULATION
SWITCH
STANDARD HEATER PLUMBING
DENSO HEAVY DUTY AIR CONDITIONER
COMPRESSOR
BINARY CONTROL, R-134A
STANDARD INSULATION
SOLID-STATE CIRCUIT PROTECTION AND
FUSES
12V NEGATIVE GROUND ELECTRICAL SYSTEM
DOME LIGHT WITH 3-WAY SWITCH ACTIVATED
BY LH AND RH DOORS
CAB ODOR LATCHES WITH MANUAL DOOR
LOCKS
BASIC HIGH BACK NON SUSPENSION DRIVER
S'EA T WITH FORE AND AFT ADJUSTMENT
2 MAN TOOL BOX MID BACK NON SUSPENSION
PASSENGER SEAT
LH AND RH INTEGRAL DOOR PANEL ARMRESTS
VINYL WITH VINYL INSERT DRIVER SEAT
VINYL WITH CLOTH INSERT PASSENGER SEAT
BLACK SEAT BELTS
FIXED STEERING COLUMN
4-SPOKE 181NCH (450MM) STEERING WHEEL
DRIVER AND PASSENGER INTERIOR SUN
VISORS
GRAY DRIVER INSTRUMENT PANEL
GRAY CENTER INSTRUMENT PANEL
BLACK GAUGE BEZELS
LOW AIR PRESSURE INDICATOR LIGHT AND
AUDIBLE ALARM
2 INCH PRIMARY AND SECONDARY AIR
PRESSURE GAUGES
INTAKE MOUNTED AIR RESTRICTION
INDICATOR WITHOUT GRADUATIONS
97 DB BACKUP ALARM
Application Version 9.2.509
Data Version PRL-16M.026
SOUTH MIAMI 24FT TRASH
Prepared by:
Drew Ellison
LOU BACHRODT FREIGHTLINER
2840 CENTER PORT CIRCLE
POMPANO BEACH, FL 33064
Phone: 407-886-6704
11/01/20172:07 PM
Page11of14
Prepared for:
STEVE KULICK
SOUTH MIAMI CITY OF
6130 SUNSET DRIVE
SOUTH MIAMI, FL 33143
Phone: 954 545 1000
Description
ELECTRONIC CRUISE CONTROL WITH
SWITCHES IN LH SWITCH PANEL
KEY OPERATED IGNITION SWITCH AND
INTEGRAL START POSITION; 4 POSITION
OFF/RUN/START/ACCESSORY
ICU3S, 132X48 DISPLAY WITH DIAGNOSTICS, 28
LED WARNING LAMPS AND DATA LINKED
HEAVY DUTY DNBOARD DIAGNOSTICS
INTERFACE CONNECTOR LOCATED BELOW LH
DASH
21NCH ELECTRIC FUEL GAUGE
PROGRAMMABLE RPM CONTROL-
ELECTRONIC ENGINE
ELECTRICAL ENGINE COOLANT TEMPERATURE
GAUGE
2 INCH TRANSMISSION OIL TEMPERATURE
GAUGE
ENGINE AND TRIP HOUR METERS INTEGRAL
WITHIN DRIVER DISPLAY
(1) DASH MOUNTED PTO SWITCH WITH
INDICATOR LAMP
NO LANE DEPARTURE WARNING SYSTEM
ELECTRIC ENGINE OIL PRESSURE GAUGE
AM/FMMfB WORLD TUNER RADIO WITH
AUXILIARY INPUT, J1939
DASH MOUNTED RADIO
(2) RADIO SPEAKERS IN CAB
AM/FM ANTENNA MOUNTED ON FORWARD LH
ROOF
ELECTRONIC MPH SPEEDOMETER WITH
SECONDARY KPH SCALE, WITHOUT
ODOMETER
STANDARD VEHICLE SPEED SENSOR
ELECTRONIC 3000 RPM TACHOMETER
NO VEHICLE PERFORMANCE MONITOR
NO DETROIT CONNECT SERVICES SELECTED
NO ZONAR SERVICES SELECTED
IDLE LIMITER, ELECTRONIC ENGINE
TWO ON/OFF ROCKER SWITCHES IN THE DASH
WITH INDICATOR LIGHTS AND WIRE ROUTED
TO CHASSIS AT BACK OF CAB, LABEL OPT
DIGITAL VOLTAGE DISPLAY INTEGRAL WITH
DRIVER DISPLAY
SINGLE ELECTRIC WINDSHIELD WIPER MOTOR
WITH DELAY
Application Version 9.2.509
Data Version PRL-16M.026
SOUTH MIAMI 24FT TRASH
Prepared by:
Drew Ellison
LOU BACHRODT FREIGHTLINER
2840 CENTER PORT CIRCLE
POMPANO BEACH, FL 33064
Phone: 407-886-6704
11/01120172:07 PM
Page 12 of 14
Prepared for:
STEVE KULICK
SOUTH MIAMI CITY OF
6130 SUNSET DRIVE
SOUTH MIAMI, FL 33143
Phone: 954 545 1000
Description
MARKER LIGHT SWITCH INTEGRAL WITH
HEADLIGHT SWITCH
ONE VALVE PARKING BRAKE SYSTEM WITH
WARNING INDICATOR
SELF CANCELING TURN SIGNAL SWITCH WITH
DIMMER, WASHERNlIPER AND HAZARD IN
HANDLE
INTEGRAL ELECTRONIC TURN SIGNAL
FLASHER WITH HAZARD LAMPS OVERRIDING
STOP LAMPS
NO MISCELLANEOUS GAUGES
CAB COLOR A: L0006EB WHITE ELITE BC
BLACK, HIGH SOLIDS POLYURETHANE CHASSIS
PAINT
NO FUEL TANK CABINET PAINT
POWDER WHITE (N0006EA) FRONT
WHEELS/RIMS (PKWHT21, TKWHT21, W, TW)
POWDER WHITE (N0006EA) REAR
WHEELS/RIMS (PKWHT21, TKWHT21 , W, TW)
BUMPER PAINT: FP24812 ARGENT SILVER
DUPONT FLEX
STANDARD E COAT/UNDERCOATING
U.S. FMVSS CERTIFICATION, EXCEPT SALES
CABS AND GLIDER KITS
CORPORATE PDI CENTER I N-SERVICE ONLY
CUM 2017 L9: HD2 MD DTY 7 YEARS /250,000 MILES /402,500 KM
EXTENDED WARRANTY. FEX APPLIES
TC4: MD STANDARD 7 YEARS/250,000 MILES /402,500 KM
EXTENDED TRUCK COVERAGE FEX APPLIES
TOWING: 6 MONTHS/UNLIMITED MILES/KM EXTENDED TOWING
COVERAGE $550 CAP FEX APPLIES
Application Version 9.2.509
Data Version PRL-16M.026
SOUTH MIAMI 24FT TRASH
Prepared by:
Drew Ellison
LOU BACHRODT FREIGHTLINER
2840 CENTERPORT CIRCLE
POMPANO BEACH, FL 33064
Phone: 407-886-6704
11/01/20172:07 PM
Page 13 of14
Prepared for:
STEVE KULICK
SOUTH MIAMI CITY OF
6130 SUNSET DRIVE
SOUTH MIAMI. FL 33143
Phone: 954 545 1000
24 FT LONG TRASH BODY WITH 6FT HIGH
SIDES AND 7FT WIDE BODY WITH TARP AND
PTO FOR AUTO TRANS.
GROUND LEVEL TARP. MUDFLAPS AND
BACKUP ALARM.
Application Version 9.2.509
Data Version PRL-16M.026
SOUTH MIAMI 24FT TRASH
Total Dealer Installed Options
Weight
Front
0
0
Olbs
Prepared by:
Drew Ellison
LOU BACHRODT FREIGHTUNER
2840 CENTER PORT CIRCLE
POMPANO BEACH. FL 33064
Phone: 407-886-6704
Weight
Rear
0
0
o Ibs
11/01/20172:07 PM
Page 14 of 14
2017/2016 FLORIDA SHERIFFS
CONTRACT SPEC 13
LOU BACHRODTlSBL FREIGHTLINER
LOW BID ON THIS SPEC.
Prepared by:
Drew Ellison
LOU BACHRODT FREIGHTUNER
2840 CENTER PORT CIRCLE
POMPANO BEACH, FL 33064
Phone: 407-886-6704
SOUTH MIAMI CITY OF
PETERSEN RS3 LOADER
QUOTATION
CUM L9 300 HP @2000 RPM, 2200 GOV RPM, 860 LB/FT
@ 1300 RPM
ALLISON 3000 RDS AUTOMATIC TRANSMISSION WITH
PTO PROVISION
DETROIT DA-RS-21.04 21,000# R-SERIES SINGLE REAR
AXLE
23,000# FLAT LEAF SPRING REAR SUSPENSION WITH
RADIUS ROD
SINGLE FRONT AXLE
12,000# MONO TAPERLEAF FRONT SUSPENSION'
106 INCH BBC FLAT ROOF ALUMINUM CONVENTIONAL
CAB
4050MM (159 INCH) WHEELBASE
11/32X3-1/2Xl0-3/16 INCH STEEL FRAME
(8.73MMX258.8MM/0.344Xl0.19 INCH) 120KSI
1600MM (63 INCH) REAR FRAME OVERHANG
PER UNIT TOTAL
VEHICLE PRICE
EXTENDED WARRANlY
DEALER INSTALLED OPTIONS
CUSTOMER PRICE BEFORE TAX
TAXES AND FEES
OTHER CHARGES
TRADE·IN ALLOWANCE
BALANCE DUE
TOTAL # OF UNITS (1) $
$
$
$
$
$
$
(LOCAL CURRENCy) $
$
$
$ .. __ . __ ~ ___________ . __ ·· ____ ",_ ...• "",m'._."""
$
$
$
(0) $
176,350 $
(0)
176,350
COMMENTS: Projected delivel)l on _1_1_ provided the order is received before _1_1_.
APPROVAL: Please indicate your acceptance of this quotation by signing below: Customer:
X Date: I I
Daimler Truck Financial
Financing that works for you,
AppHcation Version 9.2.509
Data Version PRL·16M.026
SOUTH MIAMI RS3
See your local dealer for a competitive quote from Daimler Truck Financial, or
contact us at Infonnation@dtfoffers.com.
Daimler Truck Financial offers a variety of finance, lease and insurance solutions to
fit your business needs, For more information about our products and services, visit
our website at vMIW,daimler-truckfinanciaLcom.
11/03/20171:17 PM
Page 1 of 15
2017/2018 FLORIDA SHERIFFS
CONTRACT SPEC 13
LOU BACHRODT/SBL FREIGHTLINER
LOW BID ON THIS SPEC.
Prepared by:
Drew Ellison
LOU BACHRODT FREIGHTLINER
2840 CENTER PORT CIRCLE
POMPANO BEACH"FL 33064
Phone: 407·886-6704
S PEe 1 Fie A T 1.0 N PROPOSAL
Description
M2 106 CONVENTIONAL CHASSIS
2018 MODEL YEAR SPECIFIED
SET BACK AXLE -TRUCK
STRAIGHT TRUCK PROVISION
LH PRIMARY STEERING LOCATION
TRUCK CONFIGURATION
DOMICILED, USA (EXCLUDING CALIFORNIA AND
CARB OPT-IN STATES)
PICKUP AND DELIVERY/SHORT HAUL SERVICE
GOVERNMENT BUSINESS SEGMENT
FIXED LOAD COMMODITY
TERRAINIDUTY: 100% (ALL) OF THE TIME, IN
TRANSIT, IS SPENT ON PAVED ROADS
MAXIMUM 8% EXPECTED GRADE
SMOOTH CONCRETE OR ASPHALT PAVEMENT -
MOST SEVERE IN-TRANSIT (BE1WEEN SITES)
ROAD SURFACE
MEDIUM TRUCK WARRANTY
EXPECTED FRONT AXLE(S) LOAD: 10000.01bs
EXPECTED REAR DRIVE AXLE(S) LOAD:
21000.01bs
Application Version 9.2.509
Data Version PRL-16M.026
SOUTH MIAMI RS3
11103120171:17 PM
Page2of15
2017/2018 FLORIDA SHERIFFS
CONTRACT SPEC 13
LOU BACHRODT/SBL FREIGHTLINER
LOW BID ON THIS SPEC.
Description
EXPECTED GROSS VEHICLE WEIGHT CAPACITY
: 31000.01b,
FLATBED/PLATFORM/STAKE BODY
PETERSEN INDUSTRIES
EXPECTED BODY/PAYLOAD CG HEIGHT ABOVE
FRAME "XX" INCHES: 32.0 in
CUM L9 300 HP @ 2000 RPM, 2200 GOV RPM,
860 LB/FT@ 1300 RPM
75 MPH ROAD SPEED LIMIT
CRUISE CONTROL SPEED LIMIT SAME AS ROAD
SPEED LIMIT
PTO MODE ENGINE RPM LIMIT· 1400 RPM
PTO MODE THROnLE OVERRIDE. LIMIT TO
1400 RPM
PTO MODE BRAKE OVERRIDE -SERVICE
BRAKE APPLIED
PTO RPM WITH CRUISE SET SWITCH· 700 RPM
PTO RPM WITH CRUISE RESUME SWITCH -800
RPM
PTO MODE CANCEL VEHICLE SPEED -5 MPH
PTO GOVERNOR RAMP RATE -250 RPM PER
SECOND
ONE REMOTE PTO SPEED
REMOTE PTO SPEED 1 SETIING -1400 RPM
PTO MINIMUM RPM -700
REGEN INHIBIT SPEED THRESHOLD -5 MPH
2016 ONBOARD DIAGNOSTICS/2010
EPNCARB/FINAL GHG17 CONFIGURATION
NO 2008 CARB EMISSION CERTIFICATION
STANDARD OIL PAN
ENGINE MOUNTED OIL CHECK AND FILL
ONE PIECE VALVE COVER
SIDE OF HOOD AIR INTAKE WITH FIREWALL
MOUNTED DONALDSON AIR CLEANER
Application Version 9.2.509
Data Version PRL-16M.026
SOUTH MIAMI RS3
Prepared by:
Drew Ellison
LOU BACHRODT FREIGHTLINER
2840 CENTER PORT CIRCLE
POMPANO BEACH. FL 33064
Phone: 407-886-6704
11/03/20171:17 PM
Page 3 of 15
2017/2018 FLORIDA SHERIFFS
CONTRACT SPEC 13
LOU BACHRODT/SBL FREIGHTLINER
LOW BID ON THIS SPEC.
Description
DR 12V 160AMP 28-SI QUADRAMOUNT PAD
AL TERNA TOR WITH REMOTE BATTERY VOLT
SENSE
(2) ALLIANCE MODEL 1231, GROUP 31,12 VOLT
MAINTENANCE FREE 2250 CCA THREADED
STUD BATTERIES
BATTERY BOX FRAME MOUNTED
STANDARD BATTERY JUMPERS
SINGLE BATTERY BOX FRAME MOUNTED LH
SIDE UNDER CAB
WIRE GROUND RETURN FOR BATTERY CABLES
WITH ADDITIONAL FRAME GROUND RETURN
NON-POLISHED BATTERY BOX COVER
POSITIVE LOAD DISCONNECT WITH CAB
MOUNTED CONTROL SWITCH MOUNTED
OUTBOARD DRIVER SEAT
CUMMINS TURBOCHARGED 18.7 CFM AIR
COMPRESSOR WITH INTERNAL SAFETY VALVE
STANDARD MECHANICAL AIR COMPRESSOR
GOVERNOR
AIR COMPRESSOR DISCHARGE LINE
ELECTRONIC ENGINE INTEGRAL SHUTDOWN
PROTECTION SYSTEM
CUMMINS EXHAUST BRAKE INTEGRAL WITH
VARIABLE GEOMETRY TURBO WITH ON/OFF
DASH SWITCH
RH OUTBOARD UNDER STEP MOUNTED
HORIZONTAL AFTERTREATMENT SYSTEM
ASSEMBLY WITH RH HORIZONTAL TAILPIPE
ENGINE AFTERTREATMENT DEVICE,
AUTOMATIC OVER THE ROAD REGENERATION
AND DASH MOUNTED REGENERATION
REQUEST SWITCH
STANDARD EXHAUST SYSTEM LENGTH
RH STANDARD HORIZONTAL TAILPIPE
6 GALLON DIESEL EXHAUST FLUID TANK
100 PERCENT DIESEL EXHAUST FLUID FILL
LH MEDIUM DUTY STANDARD DIESEL EXHAUST
FLUID TANK LOCATION
STANDARD DIESEL EXHAUST FLUID PUMP
MOUNTING
STANDARD DIESEL EXHAUST FLUID TANK CAP
HORTON DRIVEMASTER ADVANTAGE ON/OFF
FAN DRIVE
Application Version 9.2.509
Data Version PRL"16M.026
SOUTH MIAMI RS3
Prepared by:
Drew Ellison
LOU BACHRODT FREIGHTLINER
2840 CENTER PORT CIRCLE
POMPANO BEACH, FL 33064
Phone: 407~886-6704
11/03/20171:17 PM
Page4of15
2017/2018 FLORIDA SH ERIFFS
CONTRACT SPEC 13
LOU BACHRODT/SBL FREIGHTLINER
LOW BID ON THIS SPEC.
Description
AUTOMATIC FAN CONTROL WITHOUT DASH
SWITCH. NON ENGINE MOUNTED
CUMMINS SPIN ON FUEL FILTER
COMBINATION FULL FLOW/BYPASS OIL FILTER
1100 SQUARE INCH ALUMINUM RADIATOR
ANTIFREEZE TO -34F, ETHYLENE GLYCOL PRE-
CHARGED SCA HEAVY DUTY COOLANT
GATES BLUE STRIPE COOLANT HOSES OR
EQUIVALENT
CONSTANT TENSION HOSE CLAMPS FOR
COOLANT HOSES
RADIATOR DRAIN VALVE
LOWER RADIATOR GUARD
ALUMINUM FLYWHEEL HOUSING
ELECTRIC GRID AIR INTAKE WARMER
DELCO 12V 38MT HD STARTER WITH
INTEGRATED MAGNETIC SWITCH
ALLISON 3000 RDS AUTOMATIC TRANSMISSION
WITH PTO PROVISiON
ALLISON VOCATIONAL PACKAGE 180-
AVAILABLE ON 3000/4000 PRODUCT FAMILIES
WITH VOCATIONAL MODEL RDS
ALLISON VOCATIONAL RATING FOR ON/OFF
HIGHWAY APPLICATIONS AVAILABLE WITH ALL
PRODUCT FAMILIES
PRIMARY MODE GEARS. LOWEST GEAR 1.
START GEAR 1, HIGHEST GEAR 6, AVAILABLE
FOR 3000/4000 PRODUCT FAMILIES ONLY
SECONDARY MODE GEARS, LOWEST GEAR 1,
START GEAR 1, HIGHEST GEAR 6, AVAILABLE
FOR 300014000 PRODUCT FAMILIES ONLY
PRIMARY SHIFT SCHEDULE RECOMMENDED BY
DTNA AND ALLISON: THIS DEFINED BY ENGINE
AND VOCATIONAL USAGE
SECONDARY SHIFT SCHEDULE
RECOMMENDED BY DTNA AND ALLISON, THIS
DEFINED BY ENGINE AND VOCATIONAL USAGE
PRIMARY SHIFT SPEED RECOMMENDED BY
DTNA AND ALLISON, THIS DEFINED BY ENGINE
AND VOCATIONAL USAGE
Application Version 9.2.509
Data Version PRL-16M.026
SOUTH MIAMI RS3
Prepared by:
Drew Ellison
LOU BACHRODT FREIGHTLINER
2840 CENTER PORT CIRCLE
POMPANO BEACH, FL 33064
Phone: 407-886-6704
11/03/20171:17PM
Page 5 of 15
2017/2018 FLORIDA SHERIFFS
CONTRACT SPEC 13
LOU BACHRODT/SBL FREIGHTLINER
LOW BID ON THIS SPEC,
Description
SECONDARY SHIFT SPEED RECOMMENDED BY
DTNAAND ALLISON, THIS DEFINED BY ENGINE
AND VOCATIONAL USAGE
LOAD BASED SHIFT SCHEDULE AND VEHICLE
ACCELERATION CONTROL RECOMMENDED BY
DTNA AND ALLISON, THIS DEFINED
VOCATIONAL USAGE
NEUTRAL AT STOP -DISABLED, FUELSENSE-
DISABLED
DRIVER SWITCH INPUT -DEFAULT -NO
SWITCHES
TCU-DIRECTION CHNG,NOT CONFIGURED
TCU-PUMP MODE OPTION NOT CONFIGURED
TCU-RANGE INDICATION NOT CONFIGURED
ELECTRONIC TRANSMISSION CUSTOMER
ACCESS CONNECTOR FIREWALL MDUNTED
CUSTOMER INSTALLED CHELSEA 277 SERIES
PTO
PTO MOUNTING, LH SIDE OF MAIN
TRANSMISSION
MAGNETIC PLUGS, ENGINE DRAIN,
TRANSMISSION DRAIN, AXLE(S) FILL AND
DRAIN
PUSH BUTTON ELECTRONIC SHIFT CONTROL,
DASH MOUNTED
TRANSMISSION PROGNOSTICS -ENABLED 2013
WATER TO OIL TRANSMISSION COOLER, IN
RADIATOR END TANK
TRANSMISSION OIL CHECK AND FILL WITH
ELECTRONIC DIL LEVEL CHECK
SYNTHETIC TRANSMISSION FLUID (TES-29S
I
DETROIT DA-F-12,O-312,OOO# FF171.S KPII3,74
DROP SINGLE FRONT AXLE
MERITOR 15X4 Q+ CAM FRONT BRAKES
NON-ASBESTOS FRONT BRAKE LINING
CONMET CAST IRON FRONT BRAKE DRUMS
FRONT BRAKE DUST SHIELDS
FRONT OIL SEALS
VENTED FRONT HUB CAPS WITH WINDOW,
CENTER AND SIDE PLUGS -OIL
Application Version 9.2.509
Data Version PRL-16M.026
SOUTH MIAMI RS3
Prepared by:
Drew Ellison
LOU BACHRODT FREIGHTLINER
2840 CENTER PORT CIRCLE
POMPANO BEACH, FL 33064
Phone: 407-886-6704
11/03/20171:17 PM
Page 60f 15
2017/2018 FLORIDA SHERIFFS
CONTRACT SPEC 13
LOU BACHRODTISBL FREIGHTLINER
LOW BID ON THIS SPEC.
Description
STANDARD SPINDLE NUTS FOR ALL AXLES
MERITOR AUTOMATIC FRONT SLACK
ADJUSTERS
TRW THP-60 POWER STEERING
POWER STEERING PUMP
2 QUART SEE THROUGH POWER STEERING
RESERVOIR
12,000# MONO TAPERLEAF FRONT
SUSPENSION
MAINTENANCE FREE RUBBER BUSHINGS -
FRONT SUSPENSION
NO FRONT SUSPENSION SPRING BRACKET
OPTIONS
FRONT SHOCK ABSORBERS
DETROIT DA-RS-21.0-4 21 ,000# R-SERIES
SINGLE REAR AXLE
3.91 REAR AXLE RATIO
IRON REAR AXLE CARRIER WITH STANDARD
AXLE HOUSING
MXL 17f MERITOR EXTENDED LUBE MAIN
DRIVELINE WITH HALF ROUND YOKES
NO DRIVELINE GUARD
MERITOR 16.5X7 Q+ CAST SPIDER CAM REAR
BRAKES, DOUBLE ANCHOR, FABRICATED
SHOES
NON-ASBESTOS REAR BRAKE LINING
BRAKE CAMS AND CHAMBERS ON REAR SIDE
OF DRIVE AXLE(S)
CONMET CAST IRON REAR BRAKE DRUMS
REAR BRAKE DUST SHIELDS
REAR OIL SEALS
WABCO TRISTOP D LONGSTROKE I-DRIVE
AXLE SPRING PARKING CHAMBERS
MERITOR AUTOMATIC REAR SLACK
ADJUSTERS
Application Version 9.2.509
Data Version PRl-16M.026
SOUTH MIAMI RS3
Prepared by:
Drew Ellison
LOU BACHRODT FREIGHTLINER
2640 CENTER PORT CIRCLE
POMPANO BEACH, FL 33064
Phone: 407-886-6704
11/03/20171:17 PM
Page 7 of 15
2017/2018 FLORIDA SHERIFFS
CONTRACT SPEC 13
LOU BACHRODT/SBL FREIGHTLINER
LOW BID ON THIS SPEC.
Description
23,000# FLAT LEAF SPRING REAR SUSPENSION
WITH RADIUS ROD
SPRING SUSPENSION· NO AXLE SPACERS
STANDARD AXLE SEATS IN AXLE CLAMP
GROUP
WABCO 4S/4M ABS WITHOUT TRACTION
CONTROL
REINFORCED NYLON, FABRIC BRAID AND WIRE
BRAID CHASSIS AIR LINES
FIBER BRAID PARKING BRAKE HOSE
STANDARD BRAKE SYSTEM VALVES
STANDARD AIR SYSTEM PRESSURE
PROTECTION SYSTEM
sm U.S. FRONT BRAKE VALVE
RELAY VALVE WITH 5·8 PSI CRACK PRESSURE,
NO REAR PROPORTIONING VALVE
BW AD-9 BRAKE LINE AIR DRYER WITH HEATER
AIR DRYER MOUNTED UNDER HOOD
STEEL: AIR BRAKE RESERVOIRS
PULL CABLE ON WET TANK, PETCOCK DRAIN
VALVES ON ALL OTHER AIR TANKS
UPGRADED BULKHEAD MULTIPLEXING UNIT
NO HIGH CURRENT TRAILER/BODY CABLE
4050MM (159 INCH) WHEELBASE
11/32X3·1/2X10·3/16 INCH STEEL FRAME
(8.73MMX258.8MM/0.344X10.19 INCH) 120KSI
1600MM (63 INCH) REAR FRAME OVERHANG
FRAME OVERHANG RANGE: 61 INCH TO 70
INCH
GALC'D BACK OF CAB TO REAR SUSP C/l (CA) :
93.45 In
CALCULATED EFFECTIVE BACK OF CAB TO
REAR SUSPENSION C/l (CA): 90.45 in
CALC'D FRAME lENGTH· OVERALL: 251.39
Application Version 9.2.509
Data Version PRL-16M.026
SOUTH MIAMI RS3
Prepared by:
Drew Ellison
LOU BACHRODT FREIGHTLINER
2840 CENTER PORT CIRCLE
POMPANO BEACH, FL 33064
Phone: 407-886-6704
11/03/20171:17 PM
Page 8 of 15
201712018 FLORIDA SHERIFFS
CONTRACT SPEC 13
LOU BACHRODT/SBL FREIGHTLINER
LOW BID ON THIS SPEC.
Description
CALC'D SPACE AVAILABLE FOR DECKPLATE:
93.45 in
CALCULATED FRAME SPACE LH SIDE: 96.14 in
CALCULATED FRAME SPACE RH SIDE: 78.67 in
SQUARE END OF FRAME
FRONT CLOSING CROSSMEMBER
STANDARD WEIGHT ENGINE CROSSMEMBER
STANDARD MIDSHIP #1 CROSSMEMBER(S)
STANDARD REARMOST CROSSMEMBER
STANDARD SUSPENSION CROSSMEMBER
THREE-PIECE 14 INCH STEEL CENTER BUMPER
WITH FLEXIBLE PLASTIC ENDS
FRONT TOW HOOKS -FRAME MOUNTED
BUMPER MOUNTING FOR SINGLE LICENSE
PLATE
FENDER AND FRONT OF HOOD MOUNTED
FRONT MUDFLAPS
GRADE 8 THREADED HEX HEADED FRAME
FASTENERS
NO TIRE PRESSURE CONTROUSENSOR
50 GALLON/189 LITER SHORT RECTANGULAR
ALUMINUM FUEL TANK -LH
RECTANGULAR FUEL TANK(S)
PLAIN ALUMINUM/PAINTED STEEL
FUEUHYDRAULIC TANK(S) WITH PAINTED
BANDS
FUEL TANK(S) FORWARD
PLAIN STEP FINISH
FUEL TANK CAP(S)
DETROIT FUELNVATER SEPARATOR WITH
WATER IN FUEL SENSOR
EQUIFLOINBOARD FUEL SYSTEM
HIGH TEMPERATURE REINFORCED NYLON
FUEL LINE
HANKOOKAL11 11R22.5 14 PLY RADIAL FRONT
TIRES
Application Version 9.2.509
Data Version PRL-16M.026
SOUTH MIAMI RS3
Prepared by:
Drew Ellison
LOU BACH ROOT FREIGHTUNER
2640 CENTER PORT CIRCLE
POMPANO BEACH. FL 33064
Phone: 407·886-6704
11/03/20171:17PM
Page 9 of 15
2017/2018 FLORIDA SHERIFFS
CONTRACT SPEC 13
LOU BACHRODTlSBL FREIGHTLINER
LOW BID ON THIS SPEC.
Description
HANKOOK DL1111R22.514 PLY RADIAL REAR
TIRES
CONMET PRESET PLUS PREMIUM IRON REAR
HUBS
ACCURIDE 51487 ACCU-LlTE 22.5X8.25 10-HUB
PILOT 6.16 INSET 5-HAND STEEL DISC FRONT
WHEELS
ACCURIDE 51487 ACCU-LlTE 22.5X8.2510-HUB
PILOT 5-HAND STEEL DISC REAR WHEELS
NO RIMNVHEEL TIRE PRESSURE SENSOR
FRONT WHEEL MOUNTING NUTS
REAR WHEEL MOUNTING NUTS
106 INCH BBC FLAT ROOF ALUMINUM
CONVENTIONAL CAB
LEAF SPRING REAR CAB SUSPENSION
LH AND RH GRAB HANDLES
PAINTED PLASTIC GRILLE
ARGENT SILVER HOOD MOUNTED AIR INTAKE
GRILLE
FIBERGLASS HOOD
SINGLE 14 INCH ROUND HADLEY AIR HORN
UNDER LH DECK
SINGLE ELECTRIC HORN
SINGLE HORN SHIELD
DOOR LOCKS AND IGNITION SWITCH KEYED
THE SAME WITH (4) KEYS
REAR LICENSE PLATE MOUNT END OF FRAME
INTEGRAL HEADLIGHT/MARKER ASSEMBLY
(5) AMBER MARKER LIGHTS
INTEGRAL STOprrAIUBACKUP LIGHTS
STANDARD FRONT TURN SIGNAL LAMPS
DUAL WEST COAST MOLDED-IN COLOR
MIRRORS
DOOR MOUNTED MIRRORS
102 INCH EQUIPMENT WIDTH
Application Version 9.2.509
Data Version PRL-16M.026
SOUTH MIAMI RS3
Prepared by:
Drew Ellison
LOU BACHRODT FREIGHTLINER
2840 CENTER PORT CIRCLE
POMPANO BEACH. FL 33064
Phone: 407-886-6704
11/03/20171:17 PM
Page 10of15
2017/2018 FLORIDA SHERIFFS
CONTRACT SPEC 13
LOU BACHRODT/SBL FREIGHTLINER
LOW BID ON THIS SPEC.
Description
LH AND RH 8 INCH MOLDED-IN COLOR CONVEX
MIRRORS MOUNTED UNDER PRIMARY
MIRRORS
STANDARD SIDE/REAR REFLECTORS
63X14 INCH TINTED REAR WINDOW
TINTED DOOR GLASS LH AND RH WITH TINTED
NON-OPERATING WING WINDOWS
MANUAL DOOR WINDOW REGULATORS
TINTED WINDSHIELD
2 GALLON WINDSHIELD WASHER RESERVOIR
WITHOUT FLUID LEVEL INDICATOR, FRAME
MOUNTED
OPAL GRAY VINYL INTERIOR
MOLDED PLASTIC DOOR PANEL
MOLDED PLASTIC DOOR PANEL
BLACK MATS WITH SINGLE INSULATION
IN DASH STORAGE BIN
(2) CUP HOLDERS LH AND RH DASH
GRAYICHARCOAL FLAT DASH
HEATER, DEFROSTER AND AIR CONDITIONER
STANDARD HVAC DUCTING
MAIN HVAC CONTROLS WITH RECIRCULATION
SWITCH
STANDARD HEATER PLUMBING
DENSO HEAVY DUTY AIR CONDITIONER
COMPRESSOR
BINARY CONTROL, R-I34A
STANDARD INSULATION
SOLID-STATE CIRCUIT PROTECTION AND
FUSES
12V NEGATIVE GROUND ELECTRICAL SYSTEM
DOME DOOR ACTIVATED LH AND RH, DUAL
READING LIGHTS, FORWARD CAB ROOF
CAB DOOR LATCHES WITH MANUAL DOOR
LOCKS
BASIC HIGH BACK NON SUSPENSION DRIVER
SEAT WITH FORE AND AFT ADJUSTMENT
BASIC HIGH BACK NON SUSPENSION
PASSENGER SEAT
Application Version 9.2.509
Data Version PRL·16M.026
SOUTH MIAMI RS3
Prepared by:
Drew Ellison
LOU BACHRODT FREIGHTLINER
2840 CENTER PORT CIRCLE
POMPANO BEACH, FL 33064
Phone: 407-886-6704
11/03/20171:17 PM
Page 11 of 15
2017/2018 FLORIDA SHERIFFS
CONTRACT SPEC 13
LOU BACHRODT/SBL FREIGHTLINER
LOW BID ON THIS SPEC.
Descrip1ion
LH AND RH INTEGRAL DOOR PANEL ARMRESTS
VINYL WITH VINYL INSERT DRIVER SEAT
VINYL WITH VINYL INSERT PASSENGER SEAT
BLACK SEAt BELTS
FIXED STEERING COLUMN
4-SPOKE 18 INCH (450MM) STEERING WHEEL
DRIVER AND PASSENGER INTERIOR SUN
VISORS
GRAY DRIVER INSTRUMENT PANEL
GRAY CENTER INSTRUMENT PANEL
ENGINE REMOTE INTERFACE WITHOUT
INTERLOCKS
BLACK GAUGE BEZELS
LOW AIR PRESSURE INDICATOR LIGHT AND
AUDIBLE ALARM
2 INCH PRIMARY AND SECONDARY AIR
PRESSURE GAUGES
INTAKE MOUNTED AIR RESTRICTION
INDICATOR WITHOUT GRADUATIONS
ELECTRONIC CRUISE CONTROL WITH
SWITCHES IN LH SWITCH PANEL
KEY OPERATED IGNITION SWITCH AND
INTEGRAL START POSITION; 4 POSITION
OFF/RUN/START/ACCESSORY
MANUAL REMOTE ENGINE STOP/START WITH
PTO RE-ENGAGE
ICU3S. 132X4B DISPLAY WITH DIAGNOSTICS. 2B
LED WARNING LAMPS AND DATA LINKED
HEAVY DUTY ONBOARD DIAGNOSTICS
INTERFACE CONNECTOR LOCATED BELOW LH
DASH
2 INCH ELECTRIC FUEL GAUGE
ENGINE REMOTE INTERFACE FOR REMOTE
THROTTLE
ENGINE REMOTE INTERFACE CONNECTOR AT
BACK OF CAB
ELECTRICAL ENGINE COOLANT TEMPERATURE
GAUGE
TRANSMISSION OIL TEMPERATURE INDICATOR
LIGHT
Applicatlon Version 9.2.509
Data Version PRL-16M.026
SOUTH MIAMI RS3
Prepared by:
Drew Ellison
LOU BACHRODT FREIGHTLINER
2840 CENTER PORT CIRCLE
POMPANO BEACH. FL 33064
Phone: 407-886-6704
11/03/20171:17 PM
Page 12 of 15
2017/2018 FLORIDA SHERIFFS
CONTRACT SPEC 13
LOU BACHRODT/SBL FREIGHTLINER
LOW BID ON THIS SPEC.
Description
ENGINE AND TRIP HOUR METERS INTEGRAL
WITHIN DRIVER DISPLAY
(1) DASH MOUNTED PTO SWITCH WITH
INDICATOR LAMP -PARK BRAKE AND NEUTRAL
INTERLOCK FOR CUSTOMER INSTALLED PTO
NO LANE DEPARTURE WARNING SYSTEM
ELECTRIC ENGINE OIL PRESSURE GAUGE
OVERHEAD INSTRUMENT PANEL
SMARTPLEX HUB MODULE WITH OVERHEAD
SWITCH MOUNTING. DRIVER SIDE ONLY (6
SWITCH SLOTS)
AM/FMMlB WORLD TUNER RADIO WITH CD
PLAYER, BLUETOOTH, IPOD INTERFACE, USB
AND AUXILIARY INPUTS, J1939
DASH MOUNTED RADIO
(2) RADIO SPEAKERS I N CAB
AM/FM ANTENNA MOUNTED ON FORWARD LH
ROOF
ELECTRONIC MPH SPEEDOMETER WITH
SECONDARY KPH SCALE, WITHOUT
ODOMETER
STANDARD VEHICLE SPEED SENSOR
ELECTRONIC 3000 RPM TACHOMETER
NO VEHICLE PERFORMANCE MONITOR
NO DETROIT CONNECT SERVICES SELECTED
NO ZONAR SERVICES SELECTED
IDLE LIMITER, ELECTRONIC ENGINE
2 ON/OFF LATCHING SMARTPLEX SWITCHES
BOOM OUT OF STOW SMARTPLEX INDICATOR
LAMP
CAB AUXILIARY POWER CABLE
DIGITAL VOLTAGE DISPLAY INTEGRAL WITH
DRIVER DISPLAY
SINGLE ELECTRIC WINDSHIELD WIPER MOTOR
WITH DELAY
MARKER LIGHT SWITCH I NTEGRAL WITH
HEADLIGHT SWITCH
ONE VALVE PARKING BRAKE SYSTEM WITH
WARNING INDICATOR
SELF CANCELING TURN SIGNAL SWITCH WITH
DIMMER, WASHERMlIPER AND HAZARD IN
HANDLE
Application Version 9.2.509
Data Version PRL-16M.026
SOUTH MIAMI RS3
Prepared by:
Drew Ellison
LOU BACHRODT FREIGHTLINER
2840 CENTER PORT CIRCLE
POMPANO BEACH. FL 33064
Phone: 407-886-6704
11/03/20171:17 PM
Page 130f15
201712018 FLORIDA SHERIFFS
CONTRACT SPEC 13
LOU BACHRODTISBL FREIGHTLINER
LOW BID ON THIS SPEC.
Description
INTEGRAL ELECTRONIC TURN SIGNAL
FLASHER WITH HAZARD LAMPS OVERRIDING
STOP LAMPS
NO MISCELLANEOUS GAUGES
CAB COLOR A: N0006EA WHITE ELITE SS
BLACK. HIGH SOLIDS POLYURETHANE CHASSIS
PAINT
NO FUEL TANK CABINET PAINT
POWDER WHITE (N0006EA) FRONT
WHEELSIRIMS (PKWHT21. TKWHT21. W. TIN)
POWDER WHITE (N0006EA) REAR
WHEELSIRIMS (PKWHT21. TKWHT21. W, TIN)
BUMPER PAINT: FP24812 ARGENT SILVER
DUPONT FLEX
STANDARD E COATIUNDERCOATING
U.S. FMVSS CERTIFICATION, EXCEPT SALES
CABS AND GLIDER KITS
CORPORATE POI CENTER IN-SERVICE ONLY
CUM 2017 L9: HD2 MD DTY 7 YEARS 1 250,000 MILES 1 402,500 KM
EXTENDED WARRANTY. FEX APPLIES
TC4: MD STANDARD 7 YEARS1250,000 MILES 1 402,500 KM
EXTENDED TRUCK COVERAGE. FEX APPLIES
TOWING: 1 YEAR/UNLIMITED MILESIKM EXTENDED TOWING
COVERAGE $550 CAP FEX APPLIES
ApplicaUon Version 9.2.509
Data Version PRL-16M.026
SOUTH MIAMI RS3
Weight
Prepared by:
Drew Ellison
LOU BACH ROOT FREIGHTLINER
2840 CENTER PORT CIRCLE
POMPANO BEACH. FL 33064
Phone: 407-886-6704
Weight
1110312017 1 :17 PM
Page 14 of 15
201712018 FLORIDA SHERIFFS
CONTRACT SPEC 13
LOU BACHRODTISBL FREIGHTLINER
LOW BID ON THIS SPEC.
PETERSEN MODEL RS3 BASE LOADER WITH
HEAVY DUTY SWING MOTOR SAL STANDARD
BUCKET 60 INCH OPENING
Application Version 9.2.509
Data Version PRL·16M.026
SOUTH MIAMI RS3
Total Dealer Installed Options
Front
o
Olb,
Prepared by:
Drew Ellison
LOU BACHRODT FREIGHTLINER
2840 CENTER PORT CIRCLE
POMPANO BEACH. FL 33064
Phone: 407-886-6704
Rear
o
Olb,
11103120171:17 PM
Page 15 of 15
2840 Center Port Circle
Pompano, Bch, Fl. 33064
PURCHASER: SOUTH MIAMI CITY OF
ADDRESS: 6130 SUNSET DRIVE
C> F".I.hIIJ~.~
S'UNTER
DATE: 11/3/2017
PHONE: 305 663 6339
CITY: SOUTH MIAMI FL. ATTN: STEVEN KULICK
BASE MODEL: SPEC 13 FREIGHTLINER M2 FLORIDA SHERIFFS CONTRACT PRICE: $35,750
OPTION # 101 e22P CUMMINS L9 300 HP ALLISON 3000 TRANSMISSION PRICE: $10,990
OPTION # WSS-280 CHASSIS 7 YEAR WARRANTY PRICE: $3,000
OPTION # WAI-48C ENGINE 7 YEAR WARRANTY PRICE: $2,3000
OPTION # 33-30006spd 33,000# GVW PACKAGE PRICE: $29,900
OPTION # PETERSEN RS3 PETERSEN RS3 REAR STEER LOADER PRICE: $99,800
OPTION # CREDrr FOR MECHANICALJOYSTICK CONTROLS IN LIEU OF ELETRIC PRICE: -$5,300
OPTION # INCLUDES ALL ITEMS IN ATTACHED FREIGHTLINER QUOTE. PRICE:
OPTION # MUDFLAPS, BACKUP ALARM, 3 KEYS, AIR HORNS .. PRICE:
OPTION # PRICE:
OPTION # PRICE:
OPTION # PRICE:
OPTION # PRICE:
OPTION # TOTAL PRICE PRICE: $176,350
Budget Challenges? TOTAL PRICE: SO.OO
Daimler Truck Financial offers special municipal financing programs
to help fund the purchase of needed vehicles and other equipment.
*MTHL Y PAYMENT: SO.OO
·Monthly, annual, semi-annual or quarterly payment options
-Flexible repayment terms (tied to your budget)
*Actual rate, terms, down payment and program eligibility will be determined by DTF credit team
based upon credit worthiness and experience of customer.
201712018 FLORIDA SHERIFFS
CONTRACT SPEC 13
LOU BACHRODT/SBL FREIGHTUNER
LOW BID ON THIS SPEC.
Prepared by:
Drew Ellison
LOU BACHRQDT FREIGHTLINER
2840 CENTER PORT CIRCLE
POMPANO BEACH. FL 33064
Phone: 407-886-6704
SOUTH MIAMI CITY OF
PETERSEN RS3 LOADER
CUM L9 300 HP @2000 RPM, 2200 GOV RPM. 860 LB/FT
@1300RPM 12,000# MONO TAPERLEAF FRONT SUSPENSION
ALLISON 3000 RDS AUTOMATIC TRANSMISSION WITH
PTO PROVISION
106 INCH BBC FLAT ROOF ALUMINUM CONVENTIONAL
CAB
DETROIT DA-RS-21.0-4 21,000# R-SER!ES SINGLE REAR
AXLE
4050MM (159 INCH) WHEELBASE
11132X3-1I2X10-3116 INCH STEEL FRAME
(8.73MMX258.8MM/0.344X10.19 INCH) 120KSI
1600MM (63 INCH) REAR FRAME OVERHANG
23,000# FLAT LEAF SPRING REAR SUSPENSION WITH
RADIUS ROD '
VEHICLE PRICE
EXTENDED WARRANTY
DEALER INSTALLED OPTIONS
CUSTOMER PRICE BEFORE TAX
OTHER CHARGES
BALANCE DUE
TOTAL # OF UNITS (1) $
'$
$
$
$
(LOCAL CURRENCY) $
PER UNIT
$
$
$
$
$
176,350 $
TOTAL
176,350
COMMENTS: Projected delivery on _,_,_ provided the order is received before _'_'_.
APPROVAL Please indicate yo~r acceptance of this Quotation by signin~ below: Customer:
X ~~ , ,
,
F If llr.r Tt ur;k F n,-j' .(\(":1
Financing thai works for you.
Application Version 9.2.509
Data Version PRL-16M.026
SOUTH MIAMI RS3
See yOUf local dealer for a competitive quote from Daimler Truck Financial, or
contact us at Information@dtfoffers.com.
Daimler Truck Financial offers a variety of finance, lease and insurance solutions 10
fit your business needs. For more information about our products and seTVices, visit
our website at www.daimler-truckflnandal.com.
11103'20171:17 PM
page 1 of15
2017/2018 FLORIDA SHERIFFS
CONTRACT SPEC 13
LOU BACHRODT/SBL FREIGHTLINER
LOW BID ON THIS SPEC.
Prepared by:
Drew Ellison
LOU BACHRODT FREIGHTLINER
2840 CENTER POR·T CIRCLE
POMPANO BEACH, FL 33064
Phone: 407-886-6704
SPECIFICATION PROPOSAL
M2 106 CONVENTIONAL CHASSIS
2018 MODEL YEAR SPECIFIED
SET BACK AXLE· TRUCK
STRAIGHT TRUCK PROVISION
LH PRIMARY STEERING LOCATION
.• i .... """·'~j·iili"'"'" w" """." .... """"<1:'Iiii. "','l,,' "'ii",'."'''' ~Ki}lr. .. 'I!!!!~.',~,'-, "\J'j\\~.' ,Co" .. ~. '.~",~'~. ',"~"','. ','&"1 "."""'''~",l.''','. '."*".''!l,. :;.Y ';".;C."\.i!i'~t._ ""'C', """ r"R,~~_~~tm~4r~Ut~~~~~%;A~~~.~~i1f:~~~'~~~~~~~~'~%~J:~;t~~~~~!J~~%t~~;r~W~~~)~~~t~,~fgfpt
TRUCK CONFIGURATION
DOMICILED, USA (EXCLUDING CALIFORNIA AND
CARB OPT·IN STATES)
PICKUP AND DELIVERY/SHORT HAUL SERVICE
GOVERNMENT BUSINESS SEGMENT
FIXED LOAD COMMODITY
TERRAIN/DUTY: 100% (ALL) OF THE TIME, IN
TRANSIT, IS SPENT ON PAVED ROADS
MAXIMUM 8% EXPECTED GRADE
SMOOTH CONCRETE OR ASPHALT PAVEMENT·
MOST SEVERE IN·TRANSIT (BElWEEN SITES)
ROAD SURFACE
MEDIUM TRUCK WARRANTY
EXPECTED FRONT AXLE(S) LOAD' 10000,01bs
EXPECTED REAR DRIVE AXLE(S) LOAD:
21000.01bs
Application Version 9.2.509
Data Version PRL-16M.026
SOUTH MIAMI RS3
11/03120171:17 PM
Page 2 of 15
201712018 FLORIDA SHERIFFS
CONTRACT SPEC 13
LOU BACHROOT/SBL FREIGHTLINER
LOW BID ON THIS SPEC.
Description
EXPECTED GROSS VEHICLE WEIGHT CAPACITY
: 31000.0 Ibs
Prepared by:
Drew Ellison
lOU BACHRODT FREIGHTLINER
2840 CENTER PORT CIRCLE
POMPANO BEACH, Fl 33064
Phone: 407-886-6704
j~itial~~!;Ut.f~tl~~1~~WA1jJt~~~~.h%l(~::fft~(.~t~Jr~'ii~~~\T~f.:i~!,~t~~~mii~l~i~l~!i,~~~~g;~t~ )i:,:;; ;'.f-;-;;>:N·t.ll''''~~~:;''~'~I·?'~';'~c~;''1tr'.!1!Gi~I($J~:''1~,~~~\~~~tt·)m.H~.\j.:'i~.~$"'.\-t'!*i'i~~}t~.:~-S:~:.'(..fI .. i\.}>,;Mr~~i~~l':"-.Jr;Z*Tim~w;~}Wf.rfl\~:~:·~"i.:(I!%iJ!
. FLATBEDIPLATFORM/STAKE BODY
PETERSEN INDUSTRIES
EXPECTED BODY/PAYLOAD CG HEIGHT ABOVE
FRAME "XX" INCHES: 32.0 in
!;I.~.ll'lt~'~~~~.!\ttI~l'~ll!
CUM 19 300 HP @ 2000 RPM, 2200 GOV RPM,
860 lB/FT @ 1300 RPM
~:i~·;f~"4~j!f.~;Ri'ij~~i!t~~t~1il~~~~~~~,~;~4~¥\t,.\,;~tE~~:~J~~~~fJA~~t~~~~i2)11{:?-~t.!~~i,lftii~~1.~!(&.r~WJf~fti~~1.:,_~~~~t)~~ ;1~;~~~}'~¥;\'~~(~·r~~la~:·kW:"r.;Z1}!~ft!"~~1'~~}~~~~~!'{.:f.P.'J~~~~d?:l!))m~~rht1~"~~\~f<:~~}:!)!';!;i~~lmJ~i-~~!.'fiM~~:t:r;
75 MPH ROAD SPEED LIMIT
CRUISE CONTROL SPEED LIMiT SAME AS ROAD
SPEED LIMIT
PTO MODE ENGINE RPM LIMIT -1400 RPM
pTO MODE THROTTLE OVERRIDE -LIMIT TO
1400 RPM
PTO MODE BRAKE OVERRIDE" SERVICE
BRAKE APPLIED
PTO RPM WITH CRUISE SET SWITCH -700 RPM
PTO RPM WITH CRUISE RESUME SWITCH ~ 800
RPM
PTO MODE CANCEL VEHICLE SPEED" 5 MPH
PTO GOVERNOR RAMP RATE" 250 RPM PER
SECOND
ONE REMOTE PTO SPEED
REMOTE PTO SPEED 1 SETTING" 1400 RPM
PTO MINIMUM RPM -700
REGEN INHIBIT SPEED THRESHOLD" 5 MPH
t~[Q!a.~~~-~-!~~-l~i~}~~}~:!1~!i~¥.~¢~~~~f~.~I~~)~.1~1.:~1~k~~~¥~~~~f{~~~~~~1~t~t}l1~~t;~~~~J~¥j{i~t
2016 ONBOARD DIAGNOSTlCS/2010
EPNCARB/FINAL GHG17 CONFIGURATION
NO 2008 CARB EMISSION CERTIFICATION
STANDARD OIL PAN
ENGINE MOUNTED OIL CHECK AND FILL
ONE PIECE VALVE COVER
SIDE OF HOOD AIR INTAKE WITH FIREWALL
MOUNTED DONALDSON AIR CLEANER
Application Version 9.2 509
Data Version PRL-16M.026
SOUTH MIAMI RS3
11/03/20171:17 PM
Page 3 of 15
201712018 FLORIDA SHERIFFS
CON'TRACT SPEC 13
LOU BACHRODTfSBL FREIGHTLINER
LOW BID ON THIS SPEC.
Dascrlptlon
DR 12V 160 AMP 28-51 QUADRAMOUNT PAD
ALTERNATOR WITH REMOTE BATTERY VOLT
SENSE
(2) ALLIANCE MODEL 1231, GROUP 31, 12VOLT
MAINTENANCE FREE 2250 eCA THREADED
STUD BATTERIES
BATTERY BOX FRAME MOUNTED
STANDARD BATIERY JUMPERS
SINGLE BATTERY BOX FRAME MOUNTED LH
SIDE UNDER CAB
WIRE GROUND RETURN FOR BATTERY CABLES
WITH ADDITIONAL FRAME GROUND RETURN
NON-POLISHED BATTERY BOX COVER
POSITIVE LOAD DISCONNECT WITH CAB
MOUNTED CONTROL SWITCH MOUNTED
OUTBOARD DRIVER SEAT
CUMMINS TURBOCHARGED 18.7 CFM AIR
COMPRESSOR WITH INTERNAL SAFETY VALVE
STANDARD MECHANICAL AIR COMPRESSOR
GOVERNOR
AIR COMPRESSOR DISCHARGE LINE
ELECTRONIC ENGINE INTEGRAL SHUTDOWN
PROTECTION SYSTEM
CUMMINS EXHAUST BRAKE INTEGRAL WITH
VARIABLE GEOMETRY TURBO WITH ON/OFF
DASH SWITCH
RH OUTBOARD UNDER STEP MOUNTED
HORIZONTAL AFTERTREA TMENT SYSTEM
ASSEMBLY WITH RH HORIZONTAL TAILPIPE
ENGINE AFTERTREATMENT DI:::VICE,
AUTOMATIC OVER THE ROAD REGENERATION
AND DASH MOUNTED REGENERATION
REQUEST SWITCH
STANDARD EXHAUST SYSTEM LENGTH
RH STANDARD HORIZONTAL TAILPIPE
6 GALLON DIESEL EXHAUST FLUID TANK
100 PERCENT DIESEL EXHAUST FLUID FILL
LH MEDIUM DUTY STANDARD DIESEL EXHAUST
FLUID TANK LOCATION
STANDARD DIESEL EXHAUST FLUID PUMP
MOUNTING
STANDARD DIESEL EXHAUST FLUID TANK CAP
HORTON DRIVEMASTER ADVANTAGE ON/OFF
FAN DRIVE
Application Version 9.2.509
Data Version PRl·16M.026
SOUTH MIAMI RS3
Prepared by;
Drew Ellison
LOU BACHRODT FREIGHTLINER
2840 CENTER PORT CIRCLE
POMPANO BEACH, Fl 33064
Phone: 407-886-6704
11/03120171;17 PM
Page 4 of15
2017/2018 FLORIDA SHERIFFS
CONTRACT SPEC 13
LOU BACHRODT/SBl fREIGHTUNER
lOW BID ON THIS SPEC.
AUTOMATIC FAN CONTROL WiTHOUT DASH
SWITCH. NoN ENGINE MOUNTED
CUMMINS SPIN ON FUEL FILTER
COMBINATION FULL FLOW/BYPASS OIL FilTER
1100 SQUARE INCH ALUMINUM RADIATOR
ANTIFREEZE TO -34F, ETHYLENE GL YeOL PRE-
CHARGED SeA HEAVY DUTY COOLANT
GATES BLUE STRIPE COOlANT HOSES OR
EQUIVALENT
CONSTANT TENSION HOSE CLAMPS FOR
COOLANT HOSES
RADIATOR DRAIN VALVE
LOWER RADIATOR GUARD
ALUMINUM FLYWHEEl HOUSING
ELECTRIC GRID AIR INTAKE WARMER
DELCO 12V 38MT HD STARTER WITH
INTEGRATED MAGNETIC SWITCH
Prepared by:
Drew EIIi~on
lOU BACHRODT FREIGHTLINER
2840 CENTER PORT CIRCLE
POMPANO BEACH, FL 33064
Phone: 407-886-6704
.tr~[~11~11%~~:61~I~J~I[~~Th~j~~{i1~t~ij}~flj1A~lft*1Iii'J~~~tl{~';~~~1Yitf;~!nji~i~~;10;:
ALLISON 3000 RDS AUTOMATIC TRANSMISSION
WITH PTO PROVISION
~~.~.,~~{gii~ll»w._~;~~~~f$i~~§'~i~~~~fft~i\iI~~~~l~~~\~IW~~~i~~~:t1i~J~ifj~t~}31~~~~~~:.~~~;
ALLISON VOCATIONAL PACKAGE 180-
AVAILABLE ON 3000/4000 PRODUCT FAMiliES
WITH VOCATIONAL MODEL RDS
ALLISON VOCA TIONAL RATING FOR ON/OFF
HIGHWAY APPLICATIONS AVAILABLE WITH ALL
PRODUCT FAMILIES
PRIMARY MODE GEARS. LOWEST GEAR 1.
START GEAR 1, HIGHEST GEAR 6, AVAIlABLE
FOR 3000/4000 PRODUCT FAMIUES ONLY
SECONDARY MODE GEARS. LOWEST GEAR 1.
START GEAR 1, HIGHEST GEAR 6, AVAILABLE
FOR 3000/4000 PRODUCT FAMILIES ONLY
PRIMARY SHIFT SCHEDULE RECOMMENDED BY
DTNA AND ALLISON. THIS DEFINED BY ENGINE
AND VOCATIONAL USAGE
SECONDARY SHIFT SCHEDULE
RECOMMENDED BY DTNAANDALLISON. THIS
DEFINED BY ENGINE AND VOCATIONAL USAGE
PRIMARY SHIFT SPEED RECOMMENDED BY
OTNAAND ALLISON, THIS DEFINED BY ENGINE
AND VOCATIONAL USAGE
Application Version 9.2.509
Data Version PRL·16M.026
SOUTH MIAMI RS3
11/03/20171:17 PM
Page 5 of 15
2017/2018 FLORIDA SHERIFFS
CONTRACT SPEC 13
LOU BACHRODTISBL FREIGHTLINER
LOW BID ON THIS SPEC.
Description
SECONDARY SHIFT SPEED RECOMMENDED BY
DTNAAND ALLISON, THIS DEFINED 'BY ENGINE
AND VOCATIONAL USAGE
LOAD BASED SHIFT SCHEDULE AND VEHICLE
ACCELERATION CONTROL RECOMMENDED BY
DTNAAND ALLISON, THIS DEFINED
VQOATIONALUSAGE
NEUTRAL AT STOP -DISABLED, FUELSENSE -
DISABLED
DRIVER SWITCH INPUT -DEFAULT -NO
SWITCHES
TCU-DIRECTION CHNG,NOT CONFIGURED
TCU-PUMP MODE OPTION NOT CONFIGURED
TCU-RANGE INDICATION NOT CONFIGURED
ELECTRONIC TRANSMISSION CUSTOMER
ACCESS CONNECTOR FIREWALL MOUNTED
CUSTOMER INSTALLED CHELSEA 277 SERIES
PTO
PTO MOUNTING, LH SIDE OF MAIN
TRANSMISSION
MAGNETIC PLUGS, ENGINE DRAIN,
TRANSMISSION DRAIN, AXLE(S) FILL AND
DRAIN
PUSH BUTTON ELECTRONIC SHIFT CONTROL,
DASH MOUNTED
TRANSMISSION PROGNOSTICS -ENABLED 2013
WATER TO OIL TRANSMISSION COOLER, IN
RADIATOR END TANK
TRANSMISSION OIL CHECK AND FILL WITH
ELECTRONIC OIL LEVEL CHECK
SYNTHETIC TRANSMISSION FLUID (TES-295
COMPLIANT)
Prepared by:
Drew Ellison
LOU BACHRODT FREIGHTlI~ER
2840 CENTER PORT CI RCLE
POMPANO BEACH, FL 33064
Phone: 407,886-6704
,~J~i-2~~J.~;:~i'~~~;~~ij)i~1l1~Wl$~1!y.i~~~~Mt.~t~~,l~~1WJ{i:i[~~:~'iM~~~~~i~~~i;A~1\)~1::~~~,:r~KiJ.~i~~,w~tiN*~~~4~~~#i~W~,~m-{{~;
DETRO!T DA-F-12.0-312,OOO# FF1 71.5 KP1f3.74
DROP SINGLE FRONT AXLE
MERITOR 15X4 Q+ CAM FRONT BRAKES
NON-ASBESTOS FRONT BRAKE LINING
CON MET CAST IRON FRONT BRAKE DRUMS
FRONT BRAKE DUST SHIELDS
FRONT OIL SEALS
VENTED FRONT HUB CAPS WITH WINDOW,
CENTER AND SIDE PLUGS -OIL
Application Version 9 2.509
Data Version PRL-16M.026
SOUTH MIAMI RS3
11/03/20171:17PM
Page 6 of 15
2017/2018 FLORIDA SHERIFFS
CONTRACT SPEC 13
LOU BACHRODT/SBL FREIGHTllNER
LOW BID ON THIS SPEC.
Des'cription
STANDARD SPINDLE NUTS FOR ALL AXLES
MERITOR AUTOMATIC FRONT SLACK
ADJUSTERS
TRW THP-50 POWER STEERING
POWER STEERING PUMP
2 QUART SEE THROUGH POWER STEERING
RESERVOIR
SYNTHETIC 75W-90 FRONT AXLE LUBE
Prepared by:
Drew Ellison
lOU BACHRODT FREIGHTLINER
2840 CENTER PORT CIRCLE
POMPANO BEACH, FL 33064
Phone: 407-886-6704
~!i~~iWj~l~\iI~1l~~~~1ii!l.~~~W:~~~t~~~~~i·~~~~1.~~1iliiJif~1~i\?'~~~~i!;~f~;t:;{:~~~~Th\¥.;~[.Z;~~;;i~:~wp~lr~~1~Wj~~~{m,tf;.~·
!. 'I,<J;'f!..~~l~{IN'i'~"f}:n-~.'-_;"V!M"f'Ji~WP'~j.i;~"":t~~~:t-·tZl.'},'Y-j(i\t~,-~;J.;,':f:;;g_~~·1!'!ff~4r.'I.~or";'N)\'--M~~\l::;".\;~hl';i'%"i~:<.lt'i"f,",.",f"l .... '*~'.N~.·.,'{;;:»j~'i!..;~~ ,t~#-i.;;}H;'<w-:~:"l~1.j.b,~_:
12,000# MONO TAPERLEAF FRONT
SUSPENSION
MAINTENANCE FREE RUBBER BUSHINGS -
FRONT SUSPENSION
NO FRONT SUSPENSION SPRING BRACKET
OPTIONS
FRONT SHOCK ABSORBERS
f:;~~ii_!4I~~i!tQlr.»I*Jtl:.l~fltl~~~*~~~f~~w:J;)~if~)~~i~;~~~.;~~;I1t~!~t$~)'J1J~~~ir.~~~r~~:~1~3i~~;~~
DETROIT DA-RS-21.0-4 21,000#R-SERIES
SINGLE REAR AXLE
3.91 REAR AXLE RATIO
IRON REAR AXLE CARRIER WITH STANDARD
AXLE HOUSING
MXL 17T MERITOR EXTENDED LUBE MAIN
DRIVELINE WITH HALF ROUND YOKES
NO DRIVELINE GUARD
MERITOR 15.5X7 Q+ CAST SPIDER CAM REAR
BRAKES, DOUBLE ANCHOR, FABRICATED
SHOES
NON-ASBESTOS REAR BRAKE LINING
BRAKE CAMS AND CHAMBERS ON REAR SIDE
OF DRIVE AXLE(S)
CONMET CAST IRON REAR BRAKE DRUMS
REAR BRAKE DUST SHIELDS
REAR OIL SEALS
WABCO TRISTOP D LONGSTROKE 1-DRIVE
AXLE SPRING PARKING CHAMBERS
MERITOR AUTOMATIC REAR SLACK
ADJUSTERS
SYNTHETIC 75W-90 REAR AXLE LUBE
-'0-_.
·"'-;il"
Application Version 9.2.509
Data Version PRL-16M .026
SOUTH MIAMI RS3
.. ; , .....
11/03/20171:17 PM
Page 7 of15
2017/201 a FLORIDA SHERIFFS
CONTRACT SPEC 13
LOU BACHRODT/SBl FREIGHTLINER
LOW BID ON THIS SPEC.
Description
23,000# FLAT LEAF SPRING REAR SUSPENSION
WITH RADIUS ROD
SPRING SUSPENSION -NO AXLE SPACERS
STANDARD AXLE SEATS IN AXLE CLAMP
GROUP
AIR BRAKE PACKAGE
WABCO 4S14M ABS WITHOUT TRACTION
CONTROL
REINFORCED NYLON, FABRIC BRAID AND WIRE
BRAID CHASSIS AIR LINES
FIBeR BRAID PARKING BRAKE HOSE
STANDARD BRAKE SYSTEM VALVES
STANDARD AIR SYSTEM PRESSURE
PROTECTION SYSTEM
STD u.s. FRONT BRAKE VALVE
RELAY VALVE WITH 5-8 PSI CRACK PRESSURE,
NO REAR PROPORTIONING VALVE
BWAD-9 BRAKE UNEAIR DRYER WITH HEATER
AIR DRYER MOUNTED UNDER HOOD
STEEL AI~ BRAKE RESERVOIRS
PULL CABLE ON weT TANK. PETCOCK DRAIN
VALVES ON ALL OTHER AIR TANKS
Prepared by:
Drew Ellison
lOU BACHRODT FREIGHrUNER
2840 CENTER PORT CIRCLE
POMPANO BEACH, FL 33064
Phone: 407-886-6704
::: :ti~J~~(~Jiip:j~~m~~t~$ii!~;~~n1ii{~%t~~11iit~i!ii~~2::::i~:iJ;1Wi!;~~~i~~fi~lJf;~1r§S~~Ri~~~~~i{~f~:;~~it:t~1~:iii:~iiJE~~
UPGRADED CHASSIS MULTIPLEXING UNIT
UPGRADED BULKHEAD MULTIPLEXING UNIT
NO HIGH CURRENT TRAILER/BODY CABLE
'~'''~~~~'I'~a~'·;;~&1:"i:~~{Mf~\:t~x1W~'1~f~;%f~!~t';WW;~ .. \J#;~'1,~1i~:m,fff'~~!,~;r.~~n';&';!~'i~~I!}#:;;:~\:~/.·~;r-"'\(:l1-]i~~~';;':/"'~lt.t~f!·J';i'!;':';:'/:i::~~~T~.';·"~":: :~:!!R~,~~!t~i_;r,~;"~u~~~'rlWA~kf*~i~_~rj~l'~~~l~~~itt.~;;j~%~~~r~i~1~;~~ii$*nf~~;.i~;:t!)\~~~1?r;;¥:f.:·~liN4~i:t~\:~:~;~:(ftlf~~:~I.-;;{{";0.t;
4050MM (159 INCH) WHEELBASE
11/32X3-1/2X10-3/16 INCH STEEL FRAME
(8.73MMX258.8MM/0.344X10.19 INCH) 120KSI
1600MM (63 INCH) REAR FRAME OVERHANG
FRAME OVERHANG RANGE: 61 INCH TO 70
INCH
CALC'D BACK OF CAB TO REAR SUSP CIL (CA) ,
93.45 in
CALCULATED EFFECTIVE BACK OF CAB TO
REAR SUSPENSION CIL (CA) , 90.45 In
CALC'D FRAME LENGTH -OVERALL' 251.39
Application Version 9.2.509
Data Version PRL·16M.Q26
SOUTH MIAMI RS3
11103/20171:17 PM
Page 8 of 15
2017/2018 FLORIDA SHERIFFS
CONTRACT SPEC 13
LOU BACHRODT/$BL FREIGHTLINER
LOW BID ON THIS SPEC.
Description
GALG'D SPACE AVAILABLE FOR OECKPLATE:
93.45 in
CALCULATED FRAME SPACE LH SIDE: 96.14 in
CALCULATED FRAME SPACE RH SIDE: 78.67 in
SQUARE END OF FRAME
FRONT CLOSING CROSSMEMBER
STANDARD WEIGHT ENGINE CROSSMEMBER
STANDARD MIDSHIP #1 CROSSMEMBER(S)
STANDARD REARMOST CROSSMEMBER
STANDARD SUSPENSION CROSSMEMBER
Prepared by:
Drew Ellison
LOU BACHRODT FREIGHTUNER
2840 CENTER PORT CIRCLE
POMPANO BEACH, FL 33064
PhOne: 407-886-6704
~: ;P~~~~}lwjmt!~~i~¥[~11.~~~~~Wf~f~~1~~1~;~~x~1~~~l~;~~;~~vR~~f~It-?tl!~J~~),~~~rf~¥t~t!~;{i~t:~11gi;;~~~:t~~~~:~~1:'
THREE·PIECE 14 INCH STEEL CENTER BUMPER
WITH FLEXIBLE PlASTIC ENDS
FRONT TOW HOOKS -FRAME MOUNTED
BUMPER MOUNTING FOR SINGLE LICENSE
PlATE
FENDER AND FRONT OF HOOD MOUNTED
FRONT MUDFlAPS
GRADE 8 THREADED HEX HEADED FRAME
FASTENERS
NO TIRE PRESSURE CONTROUSENSOR
;;iJj~~~~~~®~i;~~~~,~i1~!~!~;~~Ii~\~[q~~,~1~~~ilii.~!~~~~~~tj~f~;~~~;:~~l~f;li~~~f~~~~~f;~~~lt~~1BUHi~~it;I~~~;>
50 GALLON/1B9 LITER SHORT RECTANGUlAR
ALUMINUM FUEL TANK -LH
RECTANGUlAR FUEL TANK(S)
PlAIN ALUMINUM/PAINTED STEEL
FUEUHYDRAULIC TANK(S) WITH PAINTED
BANDS
FUEL TANK(S) FORWARD
PlAIN STEP FINISH
FUEL TANK CAP(S)
DETROIT FUELNI/ATER SEPARATOR WITH
WATER IN FUEL SENSOR
EQUIFLO INBOARD FUEL SYSTEM
HIGH TEMPERATURE REINFORCED NYLON
FUEL LINE
HANKOOKAL 11 11R225 14 PLY RADIAL FRONT
TIRES
Application Version 9.2 .509
Data Version PRL-16M.026
SOUTH MIAMI RS3
11/03/20171'17PM
Page 9 of 15
2017/2018 FLORIDA SHERIFFS
CONTRACT SPEC 13
LOU BACHRODT/SBL FREIGHTLINER
LOW 810 ON THIS SPEC.
Description
HANKOOK DL 1111R22.514 PLY RADIAL REAR
TIRES
Prepared by:
Drew Ellison
lOU BACHRODT FREIGHTUNER
2840 CENTER PORT CIRCLE
POMPANO BEACH, Fl 33064
Phone: 407-886-6704
U.~·~1is;;.~Ji1f~!J!~J~¥i~~~~!lf1*~~~~~~W~~}rflt~x~~}~I~R~~$&1~i~~I~f~~~~i~~~}~~~~I~~!~~'~i}Rl~:t~~:~~~~~!r~~l;iIt!i:
CON MET PRESET PLUS PREMIUM IRON FRONT
HUBS
CONMET PRESET PLUS PREMIUM IRON REAR
HUBS
;~~l..~;jji~r;),·'·~::;·'<i;\ ~}; ;;{:.k,»);~":'~i:!~lr::gtWJfffE~;ll;\fi~W-cr.JANl·~J'f;~~:'<:'-.~j1i.;-UF,i:l~;)"~(;'~~~:' '"'t~ q. ~~1;'i;;:'!':1r',\,-![·g@};i;(({J.l{~;1W~,~~~!1lG~.~~i'~~ ;,t!.Ei:m?.;;;' ~?fii:~-'\;; .' r:;m.fm~~f;MF~~~~~~!X1i~:;:~~i:1~~~~~1~if1i~~~~1~~r~~~~~&i~~~~~t~~~~,g;J~f.l~*f))~~1M~~iif.~~1rcA~fo~~}f:imi{~f~~~l~:ji:(
ACGURIDE'51487 ACCU-UTE 22.5X8.2510-HUB
PILOT 6.16 INSET 5-HAND STEEL DISC FRONT
WHEELS
ACCURIDE 51487 ACCU-UTE 22.5X8.25 10~HUB
PILOT 5-HAND STEEL DISC REAR WHEELS
NO RIMIWHEEl TIRE PRESSURE SENSOR
FRONT WHEEL MOUNTING NUTS
REAR WHEEL MOUNTING NUTS
!")~~li~~~!tt::1Kf*-~1~.~f~lt~1{~~t11~~~f~~;I~}J~fJf~fJj~1~~Hi~@!~~~$~~~~~~~m~@;l"1~f~~:~·~~~~~~~~~}f~~1
106 INCH BBC FLAT ROOF ALUMINUM
CONVENTIONAL CAB
LEAF SPRING REAR CAB SUSPENSION
LH AND RH GRAB HANDLES
PAINTED PLASTIC GRILLE
ARGENT SILVER HOOD MOUNTED AIR INTAKE
GRILLE
FIBERGLASS HOOD
SINGLE 14 INCH ROUND HADLEY AIR HORN
UNDER lH DECK
SINGLE ELECTRIC HORN
SINGLE HORN SHI ELD
-DOOR LOCKS AND IGNITION SWITCH KEYED
THE SAME WITH (4) KEYS
REAR LICENSE PLATE MOUNT END OF FRAME
INTEGRAL HEADLIGHT/MARKER ASSEMBLY
(5) AMBER MARKER LIGHTS
INTEGRAL STOPfTAIUBACKUP LIGHTS
STANDARD FRONT TURN SIGNAL lAMPS
DUAL WEST COAST MOLDED-IN COLOR
MIRRORS
DOOR MOUNTED MIRRORS
102 INCH EQUIPMENT WIDTH
Application Version 9.2.509
Data Veffiion PRL·16M.026
SOUTH MIAMI RS3
11/03/2017 1:17 PM
Page10of15
2017/2018 FLORIDA SHERIFFS
CQNTRACT.SPEC 13
LOU BACHRODT/SBL FREIGHTLINER
LOW BID ON THIS SPEC.
Description
LH AND RH 8 INCH MOLDED-IN COLOR CONVEX
MIRRORS MOUNTED UNDER PRIMARY
MIRRORS
STANDARD SIDE/REAR REFLECTORS
63X14 INCH TINTED REAR WINDOW
TINTED DOOR GLASS LH AND RH WITH TINTED
NON-OPERATING WING WINDOWS
MANUAL DOOR WINDOW REGULATORS
TINTED WINDSHIELD
2 GALLON WINDSHIELD WASHER RESERVOIR
WITHOUT FLUID LEVEL INDICATOR, FRAME
MOUNTED
Prepared by:
Drew Ellison
LOU BACHRODT FREIGHTLlNER
2840 CENTER PORT CIRCLE
POMPANO BEACH, FL 33064
Phone: 407*886-6704
t:Qij~r~~nl~~~~~};:.j~~:!t~t:~~;i~1~tg41~~f,~Iif~l~~i~h!€~i~:f~~~i~~~{~~%~1{J~~~I~~}K~~~~kdj~t~~~}~W'~1f.f:W~.t
OPAL GRAY VINYL INTERIOR
MOLDED PLASTIC DOOR PANEL
MOLDED PLASTIC DOOR PANEL
BLACK MATS WITH SINGLE INSULATION
IN DASH STORAGE BIN
(2) CUP HOLDERS LH AND RH DASH
GRAY/CHARCOAL FLAT OASH
HEATER, DEFROSTER AND AIR CONDITIONER
STANDARD HVAC DUCTING
MAIN HVAC CONTROLS WITH RECIRCULATION
SWITCH
STANDARD HEATER PLUMBING
DEN SO HEAVY DUTY AIR CONDITIONER
COMPRESSOR
BINARY CONTROL, R-134A
STANDARD INSULATION
SOUD~STATE CIRCU!T PROTECTION AND
FUSES
12V NEGATIVE GROUND ELECTRICAL SYSTEM
DOME DOOR ACTIVATED LH AND RH, DUAL
READING LIGHTS. FORWARD CAB ROOF
CAB DOOR LATCHES WITH MANUAL DOOR
LOCKS
BASIC HIGH BACK NON SUSPENSION DRIVER
SEAT WITH FORE AND AFT ADJUSTMENT
BASIC HIGH BACK NON SUSPENSION
PASSENGER SEAT
Application Version 9.2.509
Data Version PRl-1BM.026
SOUTH MIAMI RS3
11{03/20171:17 PM
Page 11 of15
20171201 B flORIDA SHERIFFS
CONTRACT SPEC 13
LOU BACHRODT/SSL FREIGHTUNER
LOW BID ON THIS SPEC.
Description
LH AND RH INTEGRAL DOOR PANEL ARMRESTS
VINYL WITH VINYL INSERT DRIVER SEAT
VINYL WITH VINYL INSERT PASSENGER SEAT
BLACK SEAT BELTS
FIXED STEERING COLUMN
4-SPOKE 18 INCH (450MM) STEERING WHEEL
DRIVER AND PASSENGER INTERIOR SUN
VISORS
Prepared by:
Drew Ellison
LOU BACHRODT FREIGHTLINER
2840 CENTER PORT CIRCLE
POMPANO BEACH, FL 33G64
PhOne: 407-886-6704
n~.~H~~~~;~~~~,Ji~t~t~I~~t~!.i~e~~~J1.t·~~ftt4~~r~t~lit~;~!l~!J4~tt~i111,imi~I~~t\~~~laJ
GRAY DRIVER INSTRUMENT PANEl
GRAY CENTER INSTRUMENT PANEL
ENGINE REMOTE INTERFACE WITHOUT
INTERLOCKS
BLACK GAUGE BEZELS
LOW AIR PRESSURE INDICATOR LIGHT AND
AUDIBLE ALARM
2 INCH PRIMARY AND SECONDARY AIR
PRESSURE GAUGES
INTAKE MOUNTED AIR RESTRICTION
INDICATOR WITHOUT GRADUATIONS
ELECTRONIC CRUISE CONTROL WITH
SWITCHES IN LH SWITCH PANEL
KEY OPERATED IGNITION SWITCH AND
INTEGRAL S;TART POSITION; 4 POSITION
OFFIRUNISTARTIACCESSORY
MANUAL REMOTE ENGINE STOP/START WITH
PTO RE-ENGAGE
ICU3S. 132X48 DISPLAY WITH DIAGNOSTICS, 28
LED WARNING lAMPS AND DATA LINKED
HEAW DUTY ONBOARD DIAGNOSTICS
INTERFACE CONNECTOR LOCATED BELOW LH
DASH
2 INCH ELECTRIC FUEL GAUGE
ENGINE REMOTE INTERFACE FOR REMOTE
THROTTLE
ENGINE REMOTE INTERFACE CONNECTOR AT
BACK OF CAB
ELECTRICAL ENGINE COOLANT TEMPERATURE
GAUGE
TRANSMISSION OIL TEMPERATURE INDICATOR
LIGHT
Application Version 9.2.509
Data Version PRL-16M.026
SOUTH MIAMI RS3
11/03/20171:17 PM
Page 120f15
2017/201 a FLORIDA SHERIFFS
CONTRACT SPEC 13
LOU BACHRODTiSBL FREIGHTLINER
LOW BID ON THIS SPEC.
Description
ENGINE AND TRIP HOUR METERS INTEGRAL
WITHIN DRIVER DISPLAY
(1) DASH MOUNTED PTa SWITCH WITH
INDICATOR LAMP -PARK BRAKE AND NEUTRAL
INTERLOCK FOR CUSTOMER INSTALLED PTO
NO LANE DEPARTURE WARNING SYSTEM
ELECTRIC ENGINE OIL PRESSURE GAUGE
OVERHEAD INSTRUMENT PANEL
SMARTPLEX HUB MODULE WITH OVERHEAD
SWITCH MOUNTING, DRIVER SIDE ONLY (6
SWITCH SLOTS)
AM/FMNlJB WORLD TUNER RADIO WITH CD
PLAYER, BLUETOOTH, IPOD INTE:RFACE, USB
AND AUXILIARY INPUTS, J1939
DASH MOUNTED RADIO
(2) RADIO SPEAKERS IN CAB
AM/FM ANTENNA MOUNTED ON FORWARD LH
ROOF
ELECTRONIC MPH SPEEDOMETER WITH
SECONDARY KPH SCALE, WITHOUT
ODOMETER
STANDARD VEHICLE SPEED SENSOR
ELECTRONIC 3000 RPM TACHOMETER
NO VEHICLE PERFORMANCE MONITOR
NO DETROIT CONNECT SERVICES SELECTED
NO ZONAR SERVICES SELECTED
IDLE LIMITER, ELECTRONIC ENGINE
2 ON/OFF LATCHING SMARTPLEX SWITCHES
BOOM OUT OF STOWSMARTPLEX INDICATOR
LAMP
CAB AUXILIARY POWER CABLE
DIGITAL VOLTAGE DISPLAY INTEGRAL WITH
DRIVER DISPLAY
SINGLE ELECTRIC WINDSHIELD WIPER MOTOR
WITH DELAY
MARKER LIGHT SWITCH INTEGRAL WITH
HEADLIGHT SWITCH
ONE VALVE PARKING BRAKE SYSTEM WITH
WARNING INDICATOR
SELF CANCELING TURN SIGNAL SWITCH WITH
DIMMER, WA~HERIWIPER AND HAZARD IN
HANDLE
Appllcaiion Version 9.2.509
Data Version PRL·16M.026
SOUTH MIAMI RS3
Prepared by:
Drew Ellison
LOU BACHRODT FREIGHTLINER
2840 CENTER PORT CIRCLE
POMPANO BEACH, FL 33064
Phone: 407·886·6704
11103/20171:17 PM
Page130f15
2017f2018 FLORIDA SHERIFFS
CONTRACT SPEC 13
lOU BACHRODTlSBL FREIGHTLINER
LOW BID ON THIS SPEC.
D&scription
INTEGRAL ELECTRONIC TURN SIGNAL
FLASHER WITH H.AZARD LAMPS OVERRIDING
STOP LAMPS
NO MISCELLANEOUS GAUGES
Prepared by:
Drew Ellison
LOU BACHRODT FREIGHrllNER
2840 CENTER PORT CIRCLE
POMPANO BEACH, FL 33064
Phone: 407-886-6704
~;;~!i.q~t~~~~:~~V~~~g}~Egi~~~~~~ii1~1!4it~i~~!!~~\~$,i~'!I~~fjii!ii~.~illf~i~~i~~~~~iJ.i~:~
PAINT: ONE SOLID COLOR
i;}C.g.'!'~.-;1.~;~{fo~1<~~E~1~f%;~~~~.'tJl.··'}~~1~ft~~+'1;~~~l%.\~R~?t~.])~~~~~~~WJrft~i1;~~.~ ::··:ll!:,Jfif@1~1fo/.i~~j1l~~~:~~t!:~~ip~J~;f i--:;."'-.'~" i~f~~,~ .. ?! ,,:ij'':"\''~',:ll:-7J;1.;:·t': .. :;v,:.%~;~}W.Q;i~h·{;;\!<i:~~M~~;Jtf.5m\"i;N:i'#·:jJ-it<i\''';~l,;f'-\:\;'--'.rl'l~."A~::a,~rt~t~",1'N.s;!i'ii''.(!f:,i1i~1<~;.j:(;~);~f;;{'rl'~'.'~~'!~-'~~~:"";"""''''
CAB COLOR A: N0006EA WHITE ELITE 5S
BLACK, HIGH SOLIDS POLYURETHANE CHASSIS
PAINT
NO FUEL TANK CABINET PAINT
POWDER WHITE (NOOOSEA) FRONT
WHEELS/RIMS (PKWHT21, TKWHT21, W, TW)
POWDER WHITE (NOOOSEA) REAR
WHEELS/RIMS (PKWHT21, TKWHT21 , W, TW)
BUMPER PAINT: FP24812 ARGENT SILVER
DUPONT FLEX
STANDARD E COAT/UNDERCOATING
!~~,i!ti!~v~t~il~lllt{:!~f!!.~!]~!~I~~f~)1ft;~l~;~t~~W[~~~j~l~~~I~1l~;rl{r~%.\liiii~i~r(~.fr~r~;.;:
U.S. FMVSS CERTIFICATION, EXCEPT SALES
CABS AND GLIDER KITS
t;~§~I~JlJt'I~1Bw~!~~~1,~'atI1~$}~JlI~1~~WI%fm:~~~~~~~i{I.~~~[~~~jfjW4~I}r~$1-~1~~]~~~ftt11~~fi
CORPORATE POI CENTER IN-SERVICE ONLY
~',E~)I~~W.a.~~~!ill~"fiii.ri~~t~;~1¥.~~ffi~~4~~.~i~;~*~'l~~~*~X:i~i~~1~~~;~4iN~l~~~il~~lJ:~~l~\¥a¥;d~~~(~~i~~~~\f~~f,l~ h"~."'~r~}lj~tli>'J1\~~i'.~1{!.!J!.~;;;tj~!!1'(;}~m&\i'~l.{1,1j:t!Httt.¥il>ti.;~~~%.tm.~:ll.~~,1.~~If.~t~~t~~,m~,..~;q;W"',!W~Tltl<!i;11f~~?~;:1~~ih-'j!~\:'.\\':5~1~}\wW(1.~~li;;l~1'~'.-;';,~
CUM 2017 L9: HD2 MD DTY 7 YEARS /250,000 MILES /402,500 KM
EXTENDED WARRANTY. FEX APPLIES
TC4: MD STANDARD 7 YEARS/250,000 MILES /402,500 KM
EXTENDED TRUCK COVERAGE. FEX APPLIES
TOWING: 1 YEARlUNLIMITEDMILES/KM EXTENDED TOWING
COVERAGE $550 GAP FEX APPLIES
Application Verslon 9.2.509
Data Version PRl-16M.026
SOUTH MIAMI RS3
Weight W&lght
11/03/2017 1:17 PM
Page 140f15
201712018 FLORIDA SHERIFFS
CONTRACT SPEC 13
LOU BACHRODTISBL FREIGHTLINER
LOW BID ON THIS SPEC,
PETERSEN MODEL RS3 BASE LOADER WITH
HEAVY DUTY SWING MOTOR SAl. STANDARD
BUCKET 60 INCH OPENING
Application Version 9.2.509
Data Version PRL-16M.026
SOUTH MIAMI RS3
Total Dealer Installed Options
Front
o
Olbs
Prepared by;
Drew Ellison
LOU 8ACHRODT FREIGHTLINER
2840 CENTER PORT CIRCLE
POMPANO BEACH, FL 33064
Phone: 407-886-6704
Rear
o
o Ibs
'1/03/20'7",7 PM
Page 150f15