Loading...
Res No 227-17-15028RESOLUTION NO.: 227-17-15028 A Resolution authorizing the City Manager to purchase a Trash Truck from Lou Bachrodt Freightliner. WHEREAS, the Public Works department provides weekly bulk trash collection for South Miami residents as requested; and WHEREAS, the new trash truck will replace current unit, a 2007, 2-door, Trash Truck; and WHEREAS, the unit has exhausted its useful life due to its continued use throughout the past 10 years; and WHEREAS, the purchase of the new trash truck will eliminate the various costly repairs that the current unit will need, to continue its usefulness to the Department; and WHEREAS, this Truck is currently used for transporting the residential bulk trash to the Public Works Department; and WHEREAS, the City Manager wishes to piggyback on Florida Sheriffs Association Contract FSA17-VEH15.0 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 $105,740 with Lou Bachrodt Freightliner for the purchase of the trash truck, 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 adoption. PASSED AND ADOPTION this 19tJciay of December. 2017. ATIEST: APPROVED: fJ/;2r!U1J.] MAYOR READ AND APPROVED AS TO FORM, COMMISSION VOTE: 4-0 Pg. 2 of Res. No. 227-17-15028 Mayor Stoddard: Vice Mayor Welsh: Commissioner Edmond: absent Yea Yea Commissioner Liebman: Yea Commissioner Harris: Yea ~. South WMiami CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM THE CITY OF PLEASANT LIVING To: FROM: DATE: SUBJECT: BACKGROUND: AMOUNT: ACCOUNT: SUPPORT: The Honorable Mayor & Members of the City Commission Steven Alexander, City Manager Agenda Item No.: ,:J... December 19, 2017 A Resolution authorizing the City Manager to purchase a Trash Truck from Lou Bachrodt Freightliner. The Public Works Department provides weekly bulk trash collection for South Miami residents. The new Trash Truck will replace the current unit, a 2007, 2-door trash truck. This unit has exhausted its useful life due to its continued use throughout the past 10 years. The purchase of the new truck will eliminate the various costly repairs that the current truck 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 $105,740 with Lou Bachrodt Freightliner for the purchase of the Trash Truck, charged to account number 301.1720.534.6440 (CIP). $105,740 Account No.: 301.1720.534.6440 (CIP) has a current balance of $293,000. Piggyback Contract with Lou Bachrodt Freightliner. 2840 CenterPort Circle Pornpano, Bch, FL. 33064 PURCHASER: SOUTH MIAMI CITY OF ADDRESS: 6130 SUNSET DRIVE II SJ.' . .-:: ... ';' ...•.. " .. -~.".'. ''''ti., .•. ,: •.....•. ~ .. ' .. . ~m'VN'J!ft DATE: 11/3/2017 PHONE: 3056636339 CITY: SOUTH MIAMI FL ATTN: STEVEN KULICK BASE MODEL: SPEC 13 FREIGHTLINER M2 FLORIDA SHERIFFS CONTRACT OPTION # 101-22P CUMMINS L9 300 HPALLISON 3000 TRANSMISSION OPTION # WBB-280 CHASSIS 7 YEAR WARRANTY OPTION # WAH8C ENGINE 7 YEAR WARRANTY OPTION # 33-186CA 186 CA 33,000# GVW PACKAGE OPTION # DLR-20TD 24 FT TRASH BODY PER ATTACHED SPECS OPTION # OPTION # INCLUDES ALL ITEMS IN ATTACHED 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 *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. Prepared for: STEVE KULICK SOUTH ~IAMI 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 24 FT TRASH DUMP BODY CUM L9 300 HP @2000 RPM, 2200 GOV RPM, 860 LB/FT @ 1300 RPM ALLISON 3500 RDS AUTOMATIC TRANSMISSION WITH pro PROVISION . RS-2H 6021,000# R-SERIES SINGLE REAR AXLE 21,000# 52 INCH VARIABLE RATE MULTI-LEAF SPRING REAR SUSPENSION WITH RUBBER HELPER 12,000# MONO TAPERLEAF FRONT SUSPENSION 106 INCH BBC FLAT ROOF ALUMINUM CONVENTIONAL CAB 6350MM (250 INCH) WHEELBASE 11/32X3-1I2Xl 0-15/16 INCH STEEL FRAME (8.73MMX277.8MM/0.344X10.94 INCH) 120KSI 1600MM (63 INCH) REAR FRAME OVERHANG PER UNIT TOTAL V~HICLE PRICE TOTAL # OF UNITS (I) $ $ EXTENDED WARRANTY $ $ DEALER INSTALLED OPTIONS $ ..... ---_ .. " .. ,-_ .. , ...... -,---.. _._--,,, ... --"."---.---,--_ .. _ ..... ... .. ----, ....... _-,. __ ._. __ .,-.---.,--'-- CUSTOMER PRICE BEFORE TAX $ $ TAXES. AND FEES $ $ OTHER CHARGES $ $ TRADE·IN ALLOWANCE $ (0) $ (0) BALANCE DUE (LOCAL CURRENCy) $ 105,740 $ 105,740 2017/2018 FLORIDA SHERIFFS CONTRACT SPEC 13 FSA17-VEH15,Q LOU BACHRODT ISBL FREIGHTLINER LOW BID ON THIS SPEC. Financing that works foryou:-. 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 Information@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 \N'NW.daimler-truckflnancial.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 CU'lCLE . POMPANO BEACH, FL 33064 Phone: 407-886-6704 S PE elF Ie A T ION 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 TERRAIN/DUTY: 10% (SOME) OF THE TIME, IN TRANSIT, IS SPENT ON NON-PAVEDHOADS 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 Appllcation Version 9.2.509 Data Version PRL-16M.026 SOUTH MIAMI 24FT TRASH 11101/2017207 PM Page 2 of 14 Prep'ared 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: 75 MPH ROAD SPEED LIMIT· CRUISE CONTRoL SPEED LIMIT SAME AS ROAD SPEED LIMIT PTO MODE BRAKE OVERRIDE -SERVICE BRAKE APPLI ED 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 BACH ROOT FREIGHTU NER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-886-6704 11101/20172:07 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 ONIOFF DASH SWITCH RH OUTBOARD UNDER STEP MOUNTED HORIZONTAL AFTERTREATMEONT 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 ONIOFF FAN DRIVE AUTOMATIC FAN CONTROL WITHOUT DASH SWITCH, NON ENGINE MOUNTED CUMMINS SPIN ON FUEL FILTER COMBINATIOi'J FULL FLOWIBYPASS OIL FILTER 1100 SQUARE INCH ALUMINUM RADIATOR ANTIFREEZE TO -34F, ETHYLENE GLYCOL PRE- CHARGED SCA HEAVY DUTY COOLANT GATES BLUE STRI PE 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 EllisQn LOU BACHRODT FREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407·886·6704 11101120172:07 PM Page 4 of 14 Prepared for: STEVE KULICK SOUTH MIAMI CITY OF 6130 SUNSET DRIVE SOUTH MIAMI, FL.33143 Phone: 954 545 1000 Description 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; HIGH.EST 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 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 DTNAAND ALLISON, THIS DEFINED BY ENGINE AND VOCATIONAL USAGE SECONDARY SHIFT SPEED RECOMMENDED BY DTNA AND ALLISON, THIS DEFINED BY ENGINE AND VOCATIONAL USAGE LOAD BASED SHIFT SCHEDULE AND VEHICLE ACCELERATION CONTROL RECOMMENDED BY DTNAAND 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 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 FREIGHTUNER 2640 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 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) DETROIT DA-F-12,0-312,000# FF1 71,5 Kpl/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 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 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 11101/20172:07 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 CI.\ST IRON REAR BRAKE DRUMS REAR BRAKE DUST SHIELDS REAR OIL SEALS WABCO TRISTOP 0 LONGSTROKE 1-DRIVE AXLE SPRING PARKING CHAMBERS MERITOR AUTOMATIC REAR SLACK ADJUSTERS 21,000# 52 INCH 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 BACHRODTFREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-686·6704 11/01/2017 2:07 PM Page 7 of14 Prepared for: STEVE KULICK SOUTH MIAMI CITY OF 6130 SUNSET DRIVE SOUTH MIAMI, FL 33143 Phone; 95.4 545 1000 Description STD 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 TAl" KI'" UPGRADED CHASSIS MULTIPLEXING UNIT UPGRADED BULKHEAD MULTIPLEXING UNIT NO HIGH CURRENT TRAILER/BODY CABLE 6350MM (250 INCH) WHEELBASE 11/32X3-1/2X10-15/16 INCH STEEL FRAME (8.73MMX277.8MM/0.344X10.94 INCH) 120KSI 1600MM (63 INCH) REAR FRAME OVERHANG FRAME OVERHANG RANGE: 61 INCH TO 70 INCH CALC'DBACK OF CAB TO REAR SUSP C/L (CA) : 184.45 in CALCULATED EFFECTIVE BACK OF CAB TO REAR SUSPENSION C/L (CA): 181.45 in CALC'D FRAME LENGTH -OVERALL: 342.39 . CALC'D SPACE 'AVAILABLE FOR DECKPLATE: 184.45 in CALCULATED FRAMESPACE 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 11/01/2017 2:07 PM Page 8 of 14 Prepared for: STEVE KULICK SOUTH MIAMI CITY OF 6130 SUNSET DRIVE SOUTH MIAMI, FL 33143 Phone: 954 545 _1 000 DescriptIon BLACK MUDFLAPS FENDER AND FRONT OF HOOD MOUNTED FRONT MUDFLAPS GRADE 8 THREADED HEX HEADED FRAME FASTENERS NO TIRE PRESSURE CONTROUSENSOR 80 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 HANKOOKAL 1 11R22.5 14 PLY RADIAL FRONT TIRES HANKOOK DL1111R22.514 PLY RADIAL REAR TIRES CONMET PRESET PLUS PREMIUM IRON FRONT HUBS CON MET PRESET PLUS PREMIUM IRON REAR HUBS MAXION WHEELS 90541 22.5XS.25 10-HUB PILOT 6.20 INSET 2-HAND STEEL DISC FRONT WHEELS MAXION WHEELS 90541 22.5XS.25 10-HUB PILOT 6.20 INSET 2-HAND STEEL DISC REAR WHEELS NO RIMIWHEEL TIRE PRESSURE SENSOR FRONT WHEEL MOUNTING NUTS REAR 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: 994 545 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/MARKER ASSEMBLY (5) AMBER MARKER LIGHTS INTEGRAL STOPITAIUBACKUP LIGHTS STANDARD FRONT TURN SIGNAL LAMPS DUAL WEST COAST BRIGHT FINISH MIRRORS DOOR MOUNTED MIRRORS 1021NGH EQUIPMENT WIDTH LH AND RH SINGH BRIGHT FINISH 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 FORWARD ROOF MOUNTED CONSOLE WITH UPPER STORAGE COMPARTMENTS WITHOUT NETTING Application Version 9.2.509 Data Version PRL-16M.026 SOUTH MIAMI 24FT TRASH Prepared by: Drew Ellison LOU BACHR.ODT FREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-886-6704 11/01/20172:07 PM Page 10 of 14 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 GRAY/CHARCOAL FLAT DASH HEATER, DEFROSTER AND AIR CONDITIONER STANDARD HVAC DUerlNG 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 a-WAY SWITCH ACTIVATED BY LH AND RH DOORS CAB DOOR LATCHES WITH MANUAL DOOR LOCKS BASIC HIGH BACK NON SUSPENSION DRIVER SEAT 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 1SINCH (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 BACHRODTFREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL33064 Phone: 407-886-6704 11101/20172:07 PM Page 11 of14 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, 132MB DISPLAY WITH DIAGNOSTICS, 28 LED WARNING LAMPS AND DATA LINKED HEAVY DUTY ONBOARD DIAGNOSTICS I NTERF ACE CONN ECTOR LOCATED BELOW LH DASH 2 INCH 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/FMIWB 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 CI RCLE . POMPANO BEACH, FL 33064 Phone: 407-886-6704 11/01/20172:07 PM Page12of14 Prepared for: STEVE KULICK SOUTH \<1IA\<11 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, WASHERiWIPER AND HAZARD IN HANDLE . INTEGRAL ELECTRONIC TURN SIGNAL FLASHER WITH HAZARD LAMPS OVERRIDING STOP LAMPS NO MISCELLANEOUS GAUGES CAB COLOR A: LOQ06EB 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 POI CENTER IN-SERVICE ONLY CUM 2017 L9: H02 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 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407 ~886~6704 11/0.1/20172:07 PM Page 13 of 14 Prepared for: STEVE KULICK SOUTH MIAMI CITY OF 6130 SUNSET DRIVE SOUTH MIAMI, FL 33143 Phone: 954 545 1000 24 FT I.ONG TRASH BODY WITH 6FT HIGH SIDES AND 7FT WIDE BODY WITH TARP AND PTO FOR AUTO TRANS. GROUND LEVEL TARP. MUDFLAPS AND BACKUP ALARM. Total Dealer Installed Options Application Version 9.2.509 Data Version PRL-16M.026 SOUTH MIAMI 24FT TRASH Weight Front 0 0 o Ibs Prepared by: Drew Ellison .LOU BACHRODT FREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-8~6-6704 Weight Rear 0 0 Olbs 11101120172;07 PM Page 14of14 CONTRACT FOR. POLiCE RATED, ADMlI:NISTRA'fIVE, UTILiTY VEmCLES, TRUCKS AND VANS THIS AGREEMENT made and entered into this IO~ day of heu.wikr, 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 Bachrod! Freightliner, (hereinafter referred to as "Contractor"). WITNESSETH: WHEREAS, the Florida Sheriffs Association (FSA) solicited bids pursuant to ITJ! No. FSA17-VEH2S-0 , for POLICE RATED, ADMlI:NISTRA'fIVE, UTILITY VEIDCLES, TR.UCKS 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 Slilerfiffs Associatioll (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 Florida Sheriffs Associatioll (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 Associatiolll (FSA) and Contractor pursuant to HB No, FSA17-VEH2S-0, as modified by this Agreement. 2. The City has reviewed the contract between Florida Sheriffs Association iEM) 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 andlorthe Award, 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) lTD No. FSA17 -VEH2S-0 and Contract No. FSA17 -VEH2S-0 and/or the contract between Florida Sheriffs Association (FSA) and the Contractor to the contrary, this Agreement shall Thomas F. Pepe -OJ-IJ-J6 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. Term. 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, ifany, 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 NI 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 lPrice. The contract price for the good and/or services is set forth in the attached Attachment B. If not otherwise set forth in the contract between Florida 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. lPlI'ccedenu:e. The term, provisions and conditions of this Agreement shall take precedence over the terms of the contract between Contractor and Floridia Sheriffs Association (FSA). 8. Grant ][i'llmding: 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. Public R.ecords: CONTRACTOR and all of its subcontractors are required to comply with the public records law (s.119.0701) while providing goods and/or services on behalf of the CITY and the CONTRACTOR, under such conditions, shall incorporate this paragraph in all of its subcontracts for this Project and shall: (a) Keep and maintain public records required by the public agency to perform the service; (b) Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if 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 of 4 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 THlE CUSTODIAN OF PUBLIC RECORDS AT 305-663-6340; E-mail: mmenemilez@sollthmiamifll.gov; 6130 Sunset Dll"ive, SOUlth Miami, FL .33143. 10. Waiver JlIlJrY 'friaR: 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. u. Validity of ExecnlltOOI Copies: 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 MalilageJr, 6130 Sunset Drive, South Miami, Florida 33143. 13. Alttonneys' lFees 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. J[ndemmifncatiom: Notwithstanding anything contained in the contract between Contractor and Florida Sheriffs Associatiolll (lFSA) 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 of this Agreement shall be valid and enforceable to the fullest extent permitted by law. lIN WITNESS WHEREOF, and as the duly authorized act of the parties, the undersigned representatives of the parties hereto have caused this instrument to be signed in their respective names by their proper officials on or before the day and year first above written. Thomas F. Pepe -01-11-16 Page 3 of 4 BY:_p=.~=t,..L-_---=_ Read and Approved as to Fonn, . Language, Legality and Execution 'Thereof. ---'~ £ /..-;; By: J /2?-=:/~~ Thomas F. Pepe City Attorney Thomas F. Pepe-Ol·l H6 Page 4 of4 ATTACHMENT A CONTRACT FOR CAB & CHASSIS TRUCKS & OTHER FLEET EQUIPMENT FLORIDA SHERIFFS ASSOCIATION Thomas F. Pepe-OI-Il-16 • Bid Award Summary • Notice of Award • Bid Award Auuouucement #FSA17- VEHlS-0.0 • Cooperative Purchasing Program, Scope of Services & Terms and Conditions i'rQt~cting, L.!1ging $lUnitiilg ... since 1893 FLORIDA SHERIFFS ASSOCIATION reiV ::TT'R"?PC" :::z,;:::, .---g=,...... - 26 i 7Ma.~~n.QrI"e, T~liahaSse'!;Flcjii(ja~i308 .. P.9 . .Box1 251 g.Taliahassee,Florlda}2? 1N~) 9 Date: October 1, 2017 To: All Perspective Participants From: Steve Casey, Executive Director Sarrah Glassner, Deputy Executive Director Annette Grissom, CPP Manager Greg Tish, CPP Coordinator Re: Contract Number FSA17-VEL15.0 Cabs & Chassis and Other Fleet Equipment " t::::7:7 -m' p:V!5d)an~;I,1.65· .... f.i~#i))fl78c,~66~ www.fl$heriffs.qrg • D. 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, 7Z 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-VEL15,0 Cabs & Chassis and Other Fleet Equipment: ACI AG ::,', :~"t;l>;~1:;'~ '. Alamo Industrial Alan Jay Chevrolet I Alan Jay! II Sports,1 R Pembroke Pines IClark I Creel Tractor COmpany DeLand Truck Center Inc Doosan Portable Power Duval Ford lLC '7';-;;'~,oCdC"CctC-s of Florida Flor GHC Glade & Grove Supply Co LlC Go G5 It-s Kelley Buick GMC, Inc Kelly Tractor Co Kenworth of ( Kenworth of J IKenworth of South Florida Mid Florida Diesel, Inc. Morbark, LLC Nelctran Truck Centers Nortrax, Inc. Orlando Freif Palm Peterbilt· /Pat's Pump & Blowe;- ~sina Truck C tional Trucks Jnc. Co.lnc. 9311 S~ar Drive 1595 NW 53-RD ST astWalnut HWY 27 N! 1405U~ 4422 HWY441 13601 Pines BOI 6750 Millbrook Road 11516 Cassat Ave 2017 12911 8418 8139",,,, 4765 Ca f 85155ta 350 Sout 53108rc a Road 514 US HWY 27 5 1850 Fairbanks Street 2215 Hwy 60 East 8507 S. Wino Road 1490 NW 22nd S 4042 Park Oaks I V36St 18205 NW ~ e Park Road :Tampa )cala ~ FSA17"VEH15.0 Cab Chassis Trucks and Other Equipment Awarded Vendor Directory l!L ~ '-"-';',\o~ 33619 ( 34475 ~ 34972 Bill 33027 Steve 49340 Brenda 32526 80b ~ ~ Wilson Wilson Conner Henry Unt Mere Fuss Gansser Miller Young Edwards Creel IApopka /Belle Glade Ocala Bonita ~ Bartow Miami Orlando lakeland Bartow Wlnn Miami Miami ISebring E lL FL FL MI 327~Q1Howard 33"430 Mark 33612 Steve 33619 Williaf 33809 Phare! 32303 lack 32145 Shawn ~, ... '" ,----, 3810 GJ 3619 M 4482 8! 32220 Ed 33316 Ne 33064 Dr 33069 33610 Dave 32703 Bob 33166 Gr .32805 Steve 33605 Dave Haase Gulick ~icke Cole Bachman Davis Bennet mith Bradl Br<ldley 352"351-2383 352"598...Q041 c.<lceituno@ac ower.com MSLEEPER AGPROCO.COrv 941 722 3281 830-37: )24234 863-38J.-, E~ 863-381': 863-484..Q91: 9!j4:.383-10~ 578-714-6429 28i~: 904-725-3060 904-' 385-253-5555 386 .... !lJ.-: 3-3772 ·"><7-6541 3..Q004 -/~ ,-(184-5151 OHl163 92-3673 -686-8906 89-5541 9-2 .. ",,,, -"'':;-].I:1Vl 863- ~~~~l "~~~"~ ... _ ... _",,,_r __ ~ ___ • @v 'v.fuss/5l jnaase@myepg. IlwJick{ctl 'Qilfederalcontractscoro bcannon6 pacuff@f1utilitv., @futchsdeo joellgeneraJ@ gncfi@v; /813-355-5042 jglenda.voune@>xv 809-8703 -509-6651 bscnarpnick@6r1andofreig :50-0773 bob@wbgswfl.com t99-3843 kdavis@kelJeybuick!ill:!.£.f )5-592·5360 '-229-7037 greg bennett@kellytractu,. ~ I-~::! i-3304 ;3-603-7979 i3-5J!l-0517 11-739-2072 ;4-793-7010 305470:1334 305-592-5360 -341..s637 r.srnith@kwcf.net -588-8999 EDC05TELLO@KWJAX.CO ~58-S833 NMARTINEZ@KENWORTHSF.COM 863"' 863-944-0400 ~A~ "'~8-6903 !-7010 954-817-8058 305-972-7133 --------~--... =--, --- pmeadows@ y burkholder@morbark ,@newancoro pnick@orlandofreig ;gino@pi gers-@o.a SAlEs@r l'j'ER.COM_ " .... ".. 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 & Chassis 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 2617 Mahan 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: _C::--:-_~_::-:-' '_'?_' ~_' '_: '-'.-- Steve. Casey FSA Executive Director PUBLISH: FSA Website April 10, 2017 FLORIDA SHERIFFS ASSOCIATION Contract: FSA17-VEH1S.0 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 and 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 (PEe) ......................................................................................................... 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 Rev 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 SAM PLES ......................................................................................................................................... 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 Rev8-4-2017 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 ",,8-4-2017 1.0 GENERAL CONDITIONS 1.01 BID CORRESPONDENCE All correspondence regarding this bid should be directed to the Florida Sheriffs Association "FSA", 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 B;d 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 ',v8-4-2017 The Florida Sheriffs Association invites interested Bidders, 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 contract. The purpose of this bid is to establish a twelve (12) month contract, beginning October pt and ending September 30 tl1 1 annually with manufacturers and manufacturer's authorized dealers for the purchase of vehicles and equipment on a "no trade-in basis", Trade-ins are not addressed in this contract. If a Purchaser has a desire to offer vehicles/equipment for trade to the vendor, the Purchaser and dealer may do so at their sale discretion, separate and apart from this contract. 1.03 TERM OF CONTRACT This contract shall remain in effect for one (l) year from date of contract execution by the FSA Cooperative Purchasing Program Administrator, and may be renewed by mutual agreement, at the sole option and discretion of the FSA, for up to two (2) additional years, on a year-to-year basis. Contract extensions will only be executed when conditions indicate it is in the best interest of the FSA and the 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 of the 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 the Sheriff in the State of Florida Clre constitutional offices of the State of Florida. Each has the authority either individually or collectively to execute contracts for all goods and services for the proper conduct of that office, Section 30.53/ Florida Statutes/ exempts the 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 Pag' 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 ofthis Contract. 1.07 FUNDING Funds expended for the purposes of the contract must be appropriated by the individual participating -~gency for each fiscal year included within the contract period. Therefore, the contract shall automatically terminate without penalty or termination of costs if such funds are not appropriated. 1.08 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 Cooperativ~ 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 and conditions of the agreement 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 /Ibid" as used herein, shall not include request for proposals, request for qualifications, request for letters of interest, or the solicitation of pur~hase 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 th e 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,,8-4-2017 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. Ul 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 responsibility 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 ofthe bid solicitation and the resulting contract: 1. Manufacturer's Computer Printouts; Ford -"Dora"; General Motors -HGM Autobook"; or approved 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 oneil 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 or for whom a product is designed for use. (r) Vehicle Bid Award System (VeBA) The oriline 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 Page 8 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Rev8-4-2017 1.10 ELIGIBLE PURCHASERS OF CONTRACT Awarded bids, orcontractprices, will be extended and guaranteed to any [ocal government agencyor P9litical subdivisions of the state, including but not limited to counties, boards of public instruction, municipalities or police agencies, other local or public safety agencies or authorities within the State of 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 part~cipating agencies cannot 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 manufacturer's agreement. All Vendors referencing this contract for the purpose of facilitating sales outside the State of Florida must accept the terms and conditions of this 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, including its use by the FSA or a Purchaser. If the bidder uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception, that the bid prices shall include all royalties or cost ariSing from the use of such design, 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 ofthe 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 Rev8-4-2017 The bidder shall obtain and pay for all licenses, permits and inspection fees (including all levels of governmental fees) required for this projectj and shall comply with all laws, ordinances, regulations and buiJdingcode requirements applicable to the work contemplated herein. 1.14 UNDERWRITERS' LABORATORIES Unless otherwise stipulated in the bid, all manufactured items and fabricated 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, sign language interpreters, informatiory on access for persons with disab'ilities, 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 Title II of the Americans with Disabilities Act, any person requiring an accommodation at the Bid opening because of a disability must contact the FsA Human Resources at (850) 877-2165. 1.17 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 Department of Management Services following a conviction for public entity crimes may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, FSA Cooperative Purchasing Program 2017:2018 Page 10 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Rev8-4-2017 may not submit bidson leases of real property to public entity, may not be awarded or perform work as a Vend9r~ 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 all federal, state and local tax requirements. The Florida Sheriffs Association is a 501(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 of the Vendor to verify that the Purchaser is exempt by obtainingthe 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 10,west): 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 concerning the Invitation to Bid shall be submitted bye-mail to CPP@flsheriffs.org with the bid title and nu"mber 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 8id Calendar. Interpretation olthe 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 jf 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 tbis 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 FSAmay 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. If 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 vendor 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 of the FSA. FSA Cooperative Purchasing Program 2017~2018 Page 12 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Rev8-4-2017 1.30 DEMONSTRATION OF COMPETENCY Pre-award inspection of the Bidderls 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 or services as described in this Bid. Bidders must be able to demonstrate a good record of performance for a reasonable period of time, and have sufficient tinancial support, equipment and organization to ensure they can satisfactorily execute the services if awarded a contract under the terms and conditions herein stated. The t~rms "equipment and organization" as used herein shall be construed to mean a fully equipped and well established company in line with the best business practices in the industry and as determined by the FSA. The FSA may consider any evidence available regarding the financial, technical and other qualifications and abilities of a Bidder, including past performance 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 regarding 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 order to 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 maintained 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 compromised 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 capital (in the form of liquidity or credit lines) in order to meet the financial demands of such award; • Has assessed the financial 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 P'ge 13 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 0.,8-4-2017 Purchasers, which can be 45 days from receipt of invoice; and • Assumes full responsibility that all vehicles delivered to the Purchaser are free and clear of all outside liens, encumbrances, security interests apart from the dealer floor plan or other dealer inventory finance security interest. 1.33 QUALITY AND SAFETY AI! 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, olthe best quality, and highest grade workmanship that 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 meet 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 delivered 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: • . Vendor'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 FSAreserves 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 program~, 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 .,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 s'aJes 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 shall include, but not be limited to, accounting records, written policies and procedures; subcontract files (including proposals of successful and unsuccessful bidders, bid recaps, etc.); all paid vouchers including those for out-of- pocket expenses; ather reimbursement supported by invoices; ledgers; cancelled checks; deposit slips; bank statements; journals; original estimates; estimating work sheets; contract amendments and change order files; back charge logs and supporting documentation; insurance documents; memoranda; and correspondence. Vendor shall, at all times during the term of this Contract and for a period of three (3) years after the completion of this Contract, maintain such records, together with such supporting or und~rlying 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 an.d 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 fulflJJment 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 Vendorto FSA in excess of three percent (3%) olthe 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 ofthe 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 bid award, the successful bidder will assume the full duty, obligation and expense of obtaining all necessary licenses, permits and insurance and assure all work complies with all applicable County and Municipal code requirements. FSA Cooperative Purchasing Program 2017-2018 Page 15 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions R,,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 oft~e 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 inthe amount specified in Bidder Instructions. After acceptance of bid, the FSA will notify the successful bidder to submit a performance bond and certificate of insurance in the amount specified in Bidder Instructions. Purchaser may request a performance bond from an Awarded Vendor. Performance Bonds are rec,?mmended 'with pre- payment and will be at the 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 fair 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 orto 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 participatipn, and any contrac~ award resulting from collusive bidding may be terminated for default. Vendors/Dealerships and their representatives may submit multiple bids without conflict of "Collusion" ifthe bid submitted is not from the same manufacturer and product line. Dealerships which share the same ownership may FSA Cooperative Purcha~ing Program 2017-2018 Page 16 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Rev 8-4-2017 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 upo'n award, or withdrawal of a bid before such award is made, may result in forfeiture of that portion of any bid surety required equal to 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 Vendors 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 trNotice 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 is 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 FSAto 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 protesting a decision or intended decision pertaining to this contract shall post with the Florida Sheriffs Association at the time offiling 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 $5,000.00, which bond or security will be conditioned upon the payment of all costs which may be adjudged against the protesting party in a court of law and/or to reimburse the FSA for additional legal expenses incurred and required to substantiate the protesting party's claim(s). Failure to post the bond or security requirement within the time allowed for filing will result in a denial of protest. The filing of the protest shall not stay the implementation of the bid award by the Florida Sheriffs Association. Should the unsuccessful bidder(s) decide to appeal the decision of the FSA, they shall file a notice to FSA within 72 hours of the FSA bid protest decision regarding their intent to r.equest arbitration. A demand for arbitration with the American Arbitration Association's (AAA) commercial panel under its rules and regulation$ must be made within 10 days ofthe FSA bid protest decision. Any person who files for an arbitration with the AM shall post with the Florida Sheriffs Association at the time of filing the formal written arbitration request, a bond, cashier's check or money order payable to the Florida Sheriffs Association in the amount equal to $5/000.00. Failure to provide written notice to FSA, file a demand for arbitration with the AAA, or failure to post the required bond and security requirement within the specified timelines shall constitute a waiver of arbitration proceedings. If the party filing for arbitration does not prevail, it shall pay all costs, legal expenses and attorney fees of the prevailing party. However, if the filing party prevails, the parties shall share equally the fees and expenses of the arbitration and AAA 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 Page 17 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Rev 8-4-2017 award by the Florida Sheriffs Association. 1.45 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 or willingness to fully satisfy the requirements 6f the solicitation and the contract. Vendors that are not in compliance with any of ~he 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 Purchasing 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 solicitations at the discretion of the FSA Cooperative Purchasing Program Administrator. Specific conditions for termination include, but are not limited tOi 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 ({factory" that fails to meet the definition as described in this document, and any other practice deemed to be outside ofthe 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 model 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 ",,8·4·2017 In the event any provision of this contract is held to be unenforceable for any reason, the unenforceability thereof shall not affect the remainder of the contract which shall remain in full force and effect and enforceable in accordance with its terms, 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 in accordance with the contract for all services performed by the bidder priorto termination, net of any costs incurred by the FSA as a consequence of the default. Notwithstandingthe above, the successful bidder shall not be relieved of liability to the FSA for damages sustained by the FSA by virtue of any breach of the contract by the bidder, and the FSA may reasonably withhold payments to the successful bidder for the 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, .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 th'e 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 P'ge 19 FlORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions '"S-4_2017 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 materia! shall be provided on a thumb drive and shall include: a. All information necessary to certify that the bidder maintains a permanent place of business; b. 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 sectordients 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 Requestfor Consideration letter on company letterhead, which shalt be dated 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 l!sed to support government fleet operationsj 7. Additional information about the product line; and 8. Whether the c'ompany has ever been disqualified from any contract, ifso 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 tq provide sales ancl 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 shall 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, however, that the bidder shall not indemnify for that portion of any loss or damages proximately caused by the negligent act or omission of the Florida Sheriffs Association and participating agencies. FSA Cooperative Purchasing Program 2017~2018 Page 20 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions .,,8-4-2017 Vendor's oblig~tions under the above paragraph with respect to legal action afe contingent upon the Florida Sheriffs Association and/or participating agencies giving the bidder (1) written notice of any action or th reatened 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 if') 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, all risks of damage or injury to property or persons used or employed on or. in connection with the work and of all damage or injury to any person OJ 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 acflng as an independent contractor. The Vendor at all t1mes during the full duration of work under this contract, including extra work in connection with this project shafl meet the requirements of this section. The Vendor shall maintain automobile liability insurance including property damage covering all owned, non-owned or hired automobiles and equipment used in connection with the work. No change or cancellation In insurance shall be made without 30 days written notice to the FSA Cooperative Purchasing Program Administrator. All insurance policies shal.1 be 'issued by companies authorized to do bus'lness 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 contract 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 still in progress. It is understood and agreed that all policies of insurance provided by the Vendor are primary coverage to any Insurance or self-insurance the FSA possesses that may apply to a loss resulting from the work performed in this contract. All policfes issued to cover the insurance requirements herein shall provide full coverage from the first dollar of exposure. No deductibles will be allowed in any policies issued on this contract unless specific safeguards have been established to assure an adequate fund for payment of deductibles by the insured and approved by the 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 SOl(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 investigation, all expenses of litigation, including reasonable legal counsel fees and the cost of appeals arising out of any such claims or suits because of FSA Cooperative Purchasing Program 2017-2018 Page 21 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions .ev8-4-2017 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"sole and exc!usive 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 Agreementto the insurance agent and carrier. The Vendor will obtain and maintain contractual liability insurance In adequate limits for the so[e 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 of the 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 any time during the contract term, the FSA shall have the right to consider the contract breached and justifying the term1nation thereof. If bidder does not meet the insura"nce 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 with respect to a liability claim or suit by another Insured hereunder or an employee of such other insured and that with respect to claims against any insured hereunder, other insured's hereunder shall be considered members of the public; but the provisions of this Cross Uabilityclause shall apply only with respect to liability arising out of the ownership, maintenance, use, occupancy or repair of such portions of the premise~ -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 productio~ model, and shaU, 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 unitthat either meets or exceeds all the requirements inCluded in the applicable detailed specifications. All bidders will be required to bid on the models listed in each deSignated specification. All bidders will be required to provide any information requested on the price sheets, such as manufacturer and model number of various components, or may have their bid rejected. All equipment, options, and features provided must be designed, constructed, and installed to be fully suitable for their intended use and service. FSA Cooperative Purchasing Program 2017·2018 , Page 22 2.05 FIXED PRICES FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program . Contract Terms and Conditions .,v8A-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 "NO BID" 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 Program Administrator of,any defects in the specifications or required' submittal documents. All notifications of defect must be in writing and timely submitted. Bidders are required to indicate in their bid submissions those options which "require" additio.nal equipment or model upgrades to obtain the original option. Bidder must also identify those options that are available as a pa'ri: of a package or group. The factory codes listed in the IIPrices" 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 General Conditions or Bidder Instructions shall be cause for the bid to be considered nonresponsIve. 2.09 MISTAKES Bidders are expected to examine t~e 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 furnished free of expense and, if not destroyed, will~ upon request, be returned at the bidder's expense. Bidders will be responsible for the removal of all samples furnished within (30) days after bid FSA Cooperative Purchasing Program 2017·2018 Page 23 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Re,8·4·2017 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 acceptable product quality leyel 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 1n the specifications. If bidder offers a make or madel af equipment or supplies ather than those specified in the following, it must be so Indicated in the bid submittal. Bidder shall indicate the manufacturer's narne 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 nonresponsive if the submission lacks written indication of the inter'lt to quote an alternate brand or model. Dealers offering alternate makes and manufacturers of vehicles or equipment not specifically idet;ltified in the bid cannot utilize or publish the offering as an 1I0PTION" 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. Atthis time prospective bidders will have the opportunity to offer input and recommendations regarding the content of the bid specification and to meet with committee members to answer any questions relative to this invitation to bid. 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 Page 24 2.13 PRICES QUOTED FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Rev8-4-2017 Deduct trade discounts 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 Ofe to include a three quarters of one percent (.0075) administrative fee to their base bid prices at the time oj 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 the discrection to disqualify Bidders if the pricing is excessive. 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 (Le. model or engine upgrade), bidder must calculate the option price as t~e 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 l'lnciuded" or "5TD" 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 otherwise 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 eql!ipment 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 ofthe 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 Page 25 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Rev8-4-2017 Example; Bidder CANNOT include option upgrades that result in the selling of a vehicle or truck on one specification ~hat Is of/ered as a separate specification in the bid solicitation. For example, a Vendor who is awarded the bid for 25,500 lb. GVWR Cab & Chassis cannot upgrade this item through an add option to a 30,000 lb. GVWR Cab & Chassis in order to circumvent the bid award winner for the 30,000 lb. GVWR Cab & Chassis. 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 components the package includes. Dealer package options are not allowed under this contract. Prices for options submitted by the bidder for Emergency Vehicle Lighting shall include all applicable state and federal fees and charges, not including installation. Motorcycle pricing will include installation. No additional charges or fees are admissible. 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 VeBAwebsite, 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 and review the instructions located on the home page ofVeBA. 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 nearest whole dollar (i.e. $10, not $10.05). Bids not submitted within VeBA will 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 cov~r sheet, found on VeBA, 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 Rev8-4-2017 check the appropriate box indicating whether the ~ubmittal 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 numberfor 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 Qid 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 Terr:ns and Conditions. o 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 principal. 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 documentation that includes standard equipment and such other information that provides verification that such item meets the base specification. • Pricing Sheet for Emergency Vehicle lighting 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 R,v8-4-2017 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 ali or any portion of a previously submitted bid up until the bid due date and time. Modifications received after the bid due date and time will not be considered. Bids 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 tak.e 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 afterthe electronic bid process closes as indicated in the Bid Calendar. https:l!www,flsheriffs.org!law-enforcement-programs!cooperative-purchasing- program! dealers-on Iv If there is a delay in posting the bid tabulation results, the FSA Cooperative Purchasing Ilrogram 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 rightto 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 invitatio0 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 P,ge 28 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions RevB-4-2017 incurred in the use of the FSA Cooperative Purchasing Program website. Bidders are encQurage-d to read the instructions and view the tutorial video regarding operation of VeBA. 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:!lwww.flsheriffs.org/uploads!FSA%20Bid%20Award%20Vendo'r%20Info%20Change%20Document%20REv%20S- 16A%281%29.pdf. 3.04 BID EVALUATION CRITERIA Bids will be evaluated to determine if eligibility and contract requirements are met. Responses that do not meet all requirements of this invitation to bid or fail 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 cqntracts; • 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 conditions' of the 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 may also be made to the second lowest Bidder by specification, by manufacture'r 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, t,echnicality 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 th~jr 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 B. 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. Priorto 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 wil\ the prices be increased or decreased by a percentage greater than the percentage change reflected in the Nationally published Consumer Price Index-Goods and Services, computed 60 days prior to the anniversary date of the contract. It is the vendor's responsibility to request any pricing adjustment under this provision. For any adjustment to com mence 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 2017-2018 Page 31 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions RovS-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 i~terest 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 ot 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. 3.11 DISCOUNTS 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 quantitYJ 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 (10) business days prior to.the final order date must be accepted and ente·red into the order system with the manufacturer. FSA Cooperative Purchasing Program 2017~2018 Page 32 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Rev8-4-2017 If a purchase order has been timely received by the Vendor or the manufacturer, and the manufacturer fails to produce or deliver 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 fa.cilities 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 RATEDVEHICLESjMOTORCYCLES 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 l.inks below. The importance with which each individual phase is weighted in these evaluations is a subjective decision which should be made by each agency bas~d 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/msp/2017 MY Police Vehicle Evaluation Test Book~Final 544109 7.pdf LASD lAW ENFORCEMENT VEHICLE TEST AND EVALUATION PROGRAM Vehicles: http://www.la-sheriff.org/s2/static content/srvc/documents/2017 Vehicle Test Booklet.pdf Motorcycles: http://www.la-sheriff.org/s2!static content/srvc!documents/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 vehicles 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 reg~rding these vehicles, FSA Cooperative Purchasing Program 2017-2018 Page 33 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions RevS-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 indusion .. 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 jf an incomplete chassis is sold, unless the upfitting is completed by the dealer or the dealer's licensed and certified upfitter. However, the dealer is required to reglster!tltle the vehicle if an complete chassis is sold; only ilthe upfitting is completed by a company other tha,n dealer or the dealer's licensed a nd certified upfitter, is the dealer not required to tag and title the vechicle. If an agency c.hooses 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 ~Iorida 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 ins~alled equipment where factory installed are specified may be required to retrieve all delivered vehicles and reorder new vehicles meeting the specifications. All factory ordered options are to 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. Inthe 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 R,v8-4·2017 3.21 VENDOR INSTALLED All vendor-installed accessories shall be installed according to the manufacturer's specifications. Examples include roll bar, trailer hitch, etc. AU such accessories must be manufactured by an established manufacturer of the product provided. Vendor is required to disclose Make and Model of prodqct being offered and the location, 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 Pu~chasing 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 (lO) 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 lias 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 ~on-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 available 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 •• 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 numbe'r, 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 agency purchase from the "zone" which is closest to their location, it is not mandatory to do so. Ifthe Purchaser determines that a Vendor in another zone can better serve the Purchaser's needs, thE:! Purchaser may buy from a Vendor in another zone. Vehicles purchased from vendors awarded in the Police, Administrative, Utility 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. Th~ Pu.rchaser is required to forward an executed copy of the purchase order to the Florida Sheriffs Association, Cooperative Purchasing Program Coordinator at the same timethe purchase order is sent to the Vendor. Emails or hard copies are acceptable. Emails can be sent to Reports@flsheriffs.org. 3. If a Vendor receives a purchase order for 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 manufacturer's close of production and in accordance with the contract shall be supplied in the manufacturer's next model run of that class vehicle even if it requires supplying a later model at the original bid prices. 5. Vendor shall place the order with the manufacturer within 10 business days of receipt of the purchase order. The Vendor shall assure that ?II orders are placed in full ~ompliance 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 Orderlorm 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 accommodate each Purchaser as necessary. FSA Cooperative Purchasing Program 2017-2018 Page 36 3.26 VEHICLE DELIVERY FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Rev 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 sheet; • Speedometer must be correct regardless of the tires provided by the vehicle manufacturer or axle ratio furnished; • Owner's manual and warranty manual to accompany each vehicle; and • MSRP list 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 vehide 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 breakvin requirements and all applicable traffic laws. Any delivery accomplished by driving a police rated vehicle must use an /lOUT 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 vehkle 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 vehicles that were rejected upon init1al 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 location, 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. All vehicles must contain no less than 1/4 tank olluel as indicated by the luel gauge at the time 01 delivery. For vehicles and equipment that have more than thirty live (35) gallons of capacity, a minimum of ten (10) gallons 01 fuel must be provided. FSA Cooperative Purchasing Program 2017·2018 Page 37 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program ContractTerms and Conditions Rev8-4-2017 3.27 INSPECTION AND ACCEPTANCE It is the responsibility of the Purchaser to inspect a vehicle for ~ny 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 0,) day is the suggested period for inspection. However, if reasonable accomodations for inspection cannot be made upon delivery, the Purchaser may have I:-IP to three (3) days to inspect the vehicle or equipment for acceptance. Inspection and acceptance will be at the Purchaser's 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 specifications, purchase order and manufacturer's window sticker or manufacturer's invoice to ensure vehicle meets or exceeds the requirements ofthe 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 deliv~red vehicle differ ·,n 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 ofthe 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 of 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 olthe 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. All additional costs associated with obtainingl filing and shipping of FSA Cooperative Purchasing Program 2017-2018 Page 38 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions ""8-4-2017 tags shaH 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 INVOICING AND PAYMENTS Invoicing and payments shall be the respons'lbility of the Vendor and Purchaser placing orders using this contract, Vendors must invoice each Purchaser jndepende~tly, 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 a.pply to ensure timely payment of Vendor invoices. The local Government Prompt Payment Act is defined in Sections 218.70-218.80 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 roender proper warranty service or adjustments, including providing a copy of the 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 reOmedy 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 include weekends and holldays. Delivery will not be considered complete until all services or adjustmen~s are satisfactory and the vehicle or equipment is redelivered. The provisions of the delivery 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. 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 of the 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 following examples: Examples: County = Florida County, County of PO 12345 ABC County BCC PO 12345.pdf . FSA Cooperative Purchasing Program 2017-2018 Page 39 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Rev8-4-2017 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 ~ot 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, "Spomot 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 D. Quarterly Reports are due no later than the lStll 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: October15 If a Vendor has no sales within a quarter, the vendor is required to submit a quarterly report and must indicate "NO 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 Purchaser.s for trape-ins. Trade-ins, extended warranties and other exchanges will 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 reports 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 ReV8-4-20p All participating Vendors will be responsible for making sure that the FSA Cooperative Purchasing Program Administrator has the contact e-mail aQdress 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 Taliahassee, 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 will incur a $25 late fee for every day that fees and reports are past due, beginning on the 16'h dayfoliowing 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 are to be included in Vendor's Quarterly Report and administrative fee submission. 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 of the purchase order date Failure to Report Sales FSA Cooperative Purchasing Program 2017-2018 $25.00 per day $100.00 per Purchase Order .0075 of the sales price plus 1.5% each month following the delivery date. Page 41 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions R,v8-4-2017 Addendum A Flo'rida S!:leriffl, A~sotiation Cooperative Purchasing Program Vendor Change Document PJ~cfse co11!P/ete thts,hrtri to vqlfdCJte g ~.tlu~tl!d (hirllg~·.tQ Company Md(~es" t::onta!=f.$ or COntact JnjormatlOitbelow. Include all,$ectlon$. where Infor:mm{QlI.lias·changed, oTdand new. FsA Contraci:'Number(s)'afiected by change: This information Is requested byan authorlzed'representatlve of ill;;;;;lli;~iiii!:iiib:iiii!ii:i~----~ Thi~'i'eq(JEfl?t ~iJ1 t,<!~e-e"ff'!l~~s:_so-''::in a_~ It.is. re_(;clVed by:.FSA ~y e~rifa!llng to_fLigp@f1sHedffS,.s"Hl· Name:ofAuthorized'~ll1pany,Representative _________________ _ JQ~Title, ___________ _ Authorized,.Company.I'(epresentati"veSlgnature: .. __________________ _ PSA Cooperative Purchasing Program 2017-2018 Pag' 42 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions R,,8-4-2D17 AddendumB FSA CONTRACT ZONE MAP WESTERN WESTERN ~ CAilIOUN DIXIE ESCAMBIA FRANKLIN GADSDEN GULP HOLMES lACKSON JEFFERSON LAFAYlTI'E LEON un= MADISON OKAlOQSA SANTA ROSA TA1'LOR WALTON \\'AKUl.l.A WASlIlNGTON ~ BRBVARD CITRUs DESOTo HARDEE HERNANDO HIGHLANDS HIllSBOROUGH INDIAN RIVER LAKE MANATEE OK££CHOBEE ORANGE OSCEOLA PASCO PINELLAS POLK ST.LDCIE SARASotA SEMINOLE su"'MU.R NORTHEItN AliCHUA BAKER BRADFORD CLAY COLUMBIA DUVAL FLAGLER GILCHRIST H.AMII.TON LEVY MARION NASSAU PUI'NAM S'''--JOIINS SUWANEE UNION VOLUSIA SOtmIERN ·BROWARD CHARLotI'E COllIER GLADES HENDRY L!ill MARTIN MlAMl-DAOE MONROE P:AI.M BEACH FSA Cooperative Purchasing Program 2017-2018 CENTRAL NORTHERN Page 43 FLORIDA SHERIFFS ASSOCIATION' Cooperative Purchasing Program Contract Terms and Conditions Rev8-4-2017 Addendum C CONFIRMATION OF ORDER FloridCl Sheriffs AssociCltion & Florida Association of Counties CAt! & CHASSIS TRVCK;S& OTH.ER FmT EQUIPMI:NT BID NO. XXX)()()()(X)(){ A cohflrmatiol'l of.order-form shall,be.completed by the Vendor and returned to the purchaser 14.calendar daYS',from· receipt of pi.l1':thase order\vitho'ut notification by.tffe P'ttr:ch"aser; TO BE COMPLETED. BYDEALERSHIPi Dealership: _________________________ _ Adgfq~S;. __________________________ _ ¢i1:ji:. __________ State: _______ Zlp: _____ _ .(9f!_~Gt ~~r?9.fl; ~~~~~~-----~--~~--- Phone,'Nuriiber: ~,)P -------------------- spe,J.~c~tIOn NQ. ____ Type Vehicle: ________________ _ Purchase G"rder Number: ~ _______ Purchase Order Received: _____ _ Q'rder Was 'Placed With the Manufacturer on: Under production Number-: Df;!/ive,r,y ,~.hQI;I!P p~.cur ~!tlil,n _. ___ €i!J.en~~r_.da.ys. _;;Ift~r r~l;gipJ 9:f Pur~.hfls_~. Qrd.,e_r. A.copy of ,the Required Production Sheet(s) are-Attached 'for-Your Fifes. Commerits-: _______ --'-__________________ _ ~gepq: __________________________________________________ _ Contact persi:i.h: ~--------___ -------------__ -__ Address: _______________________________ _ ~hy:.~~~ _________ :;lat.~: _______ Zip: ~ ______ _ Phone Nurnbe'r,:~ ___ ------_-Fax: ____________ - E-mail: ________________________ -,-____ _ A copy qjfhisformshoufd be attached an.dsubmi(:ted wifh the Purchase Order a~ th~,lastpage. FSA Cooperative Purchasing Program 2017-2018 " Page 44 Page Total FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions R,v8-4-2017 AddendumD [INSERT DEALERSHIP NAME HERE] (InS9d Tab.Header EdIt) QUARTERLY REPORTfor BID # [Enter Bid Number] Effeolive Dates; Oct 1,2017 thru September 30, 2018 -'-,,' , 'l' " PO# iQty. I Spe<. # PO Date " Amount 1$ - "; , I Admin. Foe 1$ -=-1$ - 1$ - $ -=-$ - • - - - -- - - - - - - - - - --- $ - $ ---• - $ -- - - $ - Fees and reports are due no later than the 15th of the month following quarter end. FSA Cooperative Purchasing Program 2017-2018 Pag' 45 ATTACHMENT B CONTRACT FOR CAB & CHASSIS TRUCKS & OTHER FLEET EQUIPMENT 1. CONTRACT PRICE, SPECIFICATION #13 2. CITY OF SOUTH MIAMI QUOTATIONS AND SPECIFICATIONS: • TRASH TRUCK • CRANE TRUCK Thomas F. Pepe -01-11-16 * FA~ FLORIDA ASSOClhTIONOF COumlllS AIIAbtFlori.cfa 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 contract comes with all the standard equipment as specified by the manufacturer for this . . model and FSA's base vehicle specification(s) requirements which are included and made a part of this contract's vehicle base price as awarded by specification by zone .. ZONE: BASE PRICE: *Western $35,750.00 *Northern $35,750.00 *Central $35,750.00 *Southem $35,750.00 While the Florida Sheriffs Association and Florida Association of Counties bave attempted to identifY and include those equipment items most often requested by participating agencies for full size vehicles, we realize equipment needs and preferences are going to vary from agency to agency. In an effort to incorporate flexibility into our program, we have created specific add/delete options which . allow the purcbaser to tailor the vehicle to their particular wants or needs. The following equipment delete and add options and their related cost are provided here to assist you in approximating the total cost of the type vebicle(s) you wish to order thrnugh this program. Simply deduct the ""st of any of the following equipment items you wish deleted from the base unit cost andlor add the cost of any equipment items you wish added to the base unit cost to determine the approximate cost of the type vehicle(,) you wish to order. NOTE: An official listing of all add/delete options and their prices should be obrained from the appropriate dealer in your zone when preparing your order. Additional add/delete options other than those listed her. may be available thrnugh the dealers, however, those listed here must be honored by the dealers in your zone at the stated prices. 693 VEHICLE: DEALER: ZONE: BASE PIliCE: Order Code Order Code M2 Lou Bachrodt Freightliner Lou Bachrodt Freightliner LOll Bachrodt Freightliner Loti Bachrodt Freigtttliner *Westem *Northern *Central *Southem $35,750.00 $35,750.00 $35,750.00 $35,750.00 Delete Options ~ .6~ engitie in:1i:eu of diesel Ii Prov~~~ 6 speed ~anual ~ith .base engine .. specifY !,Provide 7 speed manual with base engine -specifY i Air brakes if compatible with transmission : Wheel seals ! ~M st~~<? r~io ,I Satellite radio IOn-Star Power Take Off (pro) Add Options All Zones NA. ($1,800.00) NA Std " 8td , I ($250.00) I, 'l:'IA I NA NA 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 shall be decided by the Vendor. Please refer to the Contract Te~ and Conditions, Section 2.14 Option Pricing. 101-22P 342-IMN ' 101-22U 342-IMN' I Engine/transmission upgrade _ specifY CUMMINS L9 ENGINE 300HP REQUIRES 33000 HD GVW PCK AT ADDITIONAL COST OF$29.900 , Enginei1ransrnission.upgrade: specitY ' ,',' , CUMMINS 350HP L9 ENGINE REQUIRES 33000 HD GVW PCKAT ADDITIONAL COST OF $29.900,1 Engine/transmission upgrade -specifY Engine/transmission upgrade -specifY Engine/transmission upgrade -specify I Engine/transmission upgrade -specifY , I Engine/transmission upgrade ~ specifY ! , . ! Engine/transmission upgrade ,-specifY I ' , , i Bi·fuelmodel· specifY : CNG prep , sp~cifY I : 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) . Pr.emium hoses i $10,990.00' I $12,900.00' I , NA I NA , NA I I NA NA ! NA NA NA NA: NA' Std NC I Std Std 694 VEHICLE: MZ DEALER: ZONE: Lou Bachrodt Freightliner *Wesrern Lou Bachrodt Freightliner *Northem LOll Bachrodt Freightliner LOll Bachrodt Freightliner BASE PRICE: 204-192 206-192 1 477-006 1 452-00.1 1 654-027 1 654-027 . . 1 655-005 532-002 1 746-1.1.6 1 DLR-4X4 1 545-507 829.079 1 545-455 829-075 1 $35,750.00 Dual 45 gallon fuel tanks : Air dIYe", I Moisture ejectors ! Driyer cOntrolled di/ferentialiock I Power windows, only , iPowetwindows/door JockS, . t • 000 , Speed control TiIt.toering wheel Telescopic and tilt steering wheel .AMiFM radio with slngleCD Side air bags . Thlrd~y $35,750.00 Upgrade to 4x4 (specifY factol)' or after market) DEALER UPGRADE 1 . I ModO! upgfade -specifY 1 Model upgrade -specifY I Crew cab (84" CAl I Super cab (84" CAl , ·1 Cutaway cab . DUAL DRIVE 1 Optional cab and chassis equipment -specifY DUAL DRIVE CAB l RH STANDUP . Optionill cab and chassis eqwfll1ent -specifY DUAL. DRIVE 1 I RH STANDUP DUAL DRIVE CAB . .. CLEAR DRAIN i Optional cab and chassis equipment -specifY AIR DRYER 1 ; CLEAR DRAM AIR DRYER 1 I ! Optional cab and chassis equipment -specifY I Optional cab and chassis equipment -specify , *Central *Southem $35,750.00 $35,750.00 i Left-hand pillar mourited 6" spotlight willi clear hillogen bulb, dealer insWled 316-035 1 DLR-RS 1 DLR-SIL 1 74B-005 1 727-IAH 1 : Left & right-hand ·pillar mounted 6" spotlight with clear halogen bulb, dealer insWled i Vent visors -s~i~k-·on.style ! Rainshields -flange slyle i Spmy-in liner (Rhino, Line-X orapproved equivalent) ! Knapheide under body tool boxes or approved equivalent : Fender or cowl mounted convex mirrors . Airhom $690.00 1 Std $70.00 1 OJ $650.00 1 $190.00 1 $270.00 1 Sid NA $390.00 1 $~90.001 NA NAI $51,900.00 1 NA NA . . 1 $11,900.00 $6,900.00 1 NA! $18,500.00 11 $45,900.00 1 $2,990.00 1 NA NA NA $1,250.00 1 NA $290.00 1 $ 1 2,990.00 . NA, $90.00 1 $90.00 1 695 VEmCLE: DEALER: ZONE: BASE PRICE: PLR-SK 1 . 1 122clH8 PLR-lBp l PLR-TI'P I. PLR-TI'PA t PLR-MF 1 PLR-JWW 1 311-001 I DLR-5YD I DLR-12CD I PLR-14CD I DLR-16CD 1 M2 Lou Bachrodt Freightliner Lou BachIodt Freightliner Lou Bachrodt Freightliner *Western *Northem *Central Lou Bachrodt Freightliner *Southem $35,750.00 $35,750.00 $35,750.00 i Safety k!~ fire extinguishers & triangles I DeALER INST,tLJ.EfJ 1 .. .. i Front stab'i1i~r bars 1 Rear shock absorbers I· 1 Auxiliary rear springs $35,750.00 , ·1 Heated fuel water separator NAI NCI NAI i.· . $290.00 11 Tractor brake paokage (30,000 GVWR only) DEALER INSTALLED I . Trailer triwing paCkage, speciiy .. . DIlliER INSTALLED.WITH PINTLE HITCH 1 . Trailer towing package for air operated trailer brakes AJRLINESTOENDOFFRAME I . Trailertowing paCkage for elOciricoperatedirailerbiakes . ELECTRIC LINES TO END OF FlUMIS..j . .. ... . Mud flaps . fUll sizesp~ tire &; ru,; Jack and wheel wrench DEALER INSTAi.LED 1 Nitrogen filled tires including spare tire Daytime running lights Immobilize daytime l'I!II11ing lights Knapheide 6132 utility body or approved equivalent (requires 84" CAl HeiI2.-3 yd. dmnp body wjth mll!iual·ground controltarp or approved. equivalent (requires 84" CAl .. 5 yd. dump with manual ground control tarp (requires 84" CAl 5 YD DUM!' BODY REQUIRES 33000GVW PACKAGE AT ADDITJONAL COSTOF $29.900 TWO WAY GATE ADD I $1,6504 CORNER STROBES ADD $ 890 VJBlUTORADD $1.250 1 12ft. flat stakebudy with 40" sides all around (requires 84" CAl i 12 ft. contractors dump with manual ground control tarp, 14" sides (requires 84 H CA) I 12 FT CONTRAC1YJRS DUMP REQU1RES 33000 GVW PACKAGE AT ADD1T/ONAL COST OF $29.900 4 CORNER I STROBES ADD $890 48INCH UNDER BODY TOOL BOX ADD $960 24INCH SIDES ADD $ 2.850 TWIN BARN DOORS I ADD $850 BACKUP CAMERA ADD $1.360 315 T1RES ADD $1.280 DROP DOWN GATE ADD $840 l ! 14 ft, flat stake body with 40" ·sides all around (requires 108·" CAl 14 ft. contractors dump with manual ground control tarp, 14" sides (requires lOS" CAl 14 FTCONTRACTORS DUMP REQUIRES 33000 GVW PACKAGE AT ADDrriONAL COST OF $29,9004 CORNER STROBES ADD $890 48 INCH UNDER BODY TOOL BOX ADD $96024 1NCH SIDES ADD $2,850 BACKUP CAMERA ADD $ 1.36031511RESAND WHEELS ADD $1,280 1 16 ft. flat stake body with 40" sides all around (requires 120" CA) 16 ft. contractors dump with manual ground control tarp, 14" sides (requires 120" CA) ! 16 IT CONTRACTORS DUMP REQUIRES 33000 HD GVW PACKAGE AT ADDITIONAL COST OF $29.900 4 CORNER STROBES ADD $890 48 INCH TOOL BOXADD $960 24 INCH SIOESADD $1,950 1 . $5,990.00 1 $4;990.00 1 . $3,990.00 1 .. $3;990.0~1 . $390.00 1 NA $390.00 1 NA H7.00 1 NAt NA NA $15,900.00 1 NAI $17,900.00 1 . i NAi . 11 $17,900.00 ; i I NA: $17,900.00 1, 696 1 \ ! VEHICLE: DEALER: ZONE: BASE PRICE: DLR-19RB 1 DLR-20VB 1 DLR-24VB 1 · DLR-24FSB 1 AUTO r CRANES VACTANK 2500 GAL 1 24FTCOLD· KINGl . WATER 2000 GALLON 1 FUEL 2500 GALLON 1 M2 LOll Bachrodt Freightliner Lou Bachrodt Freightliner Lou Bachrodt Freigbtliner Lou Bachrodt Freightliner *Westem *Northem *Central *Southem $35,750.00 $35,750.00 $35,750.00 $35,750.00 18 It. flat stake bodpvUh 40' sides all around (requires 138' CAl REQUIRES 33.000HD GVW PCICAT ADDITIONAL COST OF $29.900.00 1 . . 19 ft. rollback wrecker with wheel lift (requires 120" CAl REQUIRES 33.000 HD GVW PCK AT ADDITIONAL COST OF $29.900.00 1 20·ft. flat,~take body wid) 40' sides all around (r!'q~ires 156"CAj REQUIRES 33.0.o0HDGVW PCK AT AI;>DI110NAL COST OF$29;900.00 1 20 ft. van roll up door (r!'quires 156" CAl REQUIRES 33.000HD GVW PCK AT ADDITIONAL COST OF $29,900.00 1 24ft. van roll up door (I'\lqu~s. lW CA.) . .. .. REQUIRES 33.000 HD GVWPCK AT ADDl110NAL COST OF $29.900.0.0 1 24 ft. flat stake body with 40' sides all around (requires 186" CAl REQUIRES 33,000 HD GVW PCK AT ADDITlONAL COST OF $29.900.00 1 . Optional body -speCifY: ... . .. .. . .. . .. .. . . .. AUTO CRA/lEOR S'J'ELLA!f. 1.OOOll •. FOR 600011 ADD $1.900. 6132DLR-#K CRANE BODr ADD 334.900,. . 6Ij2DLHH-60PCRA/lE BODYADD $4;860 B(JS8 36 CFM COMP AI;>D 179fI!J [lNDER DECK PTO LJRIVE COMP B0888060 ADD $13.400 SPRAY UNERADD $1,450.38,000# double.cyhmJm STELLAR 7621 ADD $16,500 6/32DJ..3OJ ADLJ $36.1.OO.INGERSOURAND I4 HP GAS COMP ADD S1..900 1· . .. . . .. .: Optional body -specifY EAM VT2500 GALLON CARBON STBEL VACiJuMTANK 2500 GALLONS REQUIRES 33000 HD GVW PCK AT $8,400.00 1: $45,500.00 1 , • $9,800.001 . . i $18,900.00'1 $21,900.00 11 I ""'M':' 1$29,5QO.OO I . . I $49,500.001 1 I 1f~IJ~:U1r~S;;~gJ;ii/:0~~/~O;: g7;/:/i~g~;:fo~ 'if/l :::·:g%tJ!~g~Ffi~foDji,~1f'$JH 4" i VALVE ADD $695 SFANDPIPE 4" ADD $780 FORAL,UMINUMTANK ADD $9,500 1 I Optional body -!!pecifY . . UFTKOLDKlNGVANWlTHWALTCORAlLLlFT5000llREQUIRES33000HDGI'WPACKAGEATADDITlONAL . • COSTOFS29,900.00 THERMO KlliGMODEL TI08OS-50ADD$26.9oo 1 ..' .. .. :. 1 • I·b· dy . I OptlOna 0 -specIfY '12000 GALWN WATER TANK STEEL REQUIRES 33000 HD GVW PACKAGE AT ADDfTJONAL COST OF $29.900.00 DF/2300 GALLON TANKER STEEL BODY PRICE $58,500 1 , i $47,900.00 11 . I I $48,500.00 1 ! , I Optional body -sp.ciJy . . i $68,700.0011 2500 GALWN POUSHED ALUMTANK REAR CANOPY STYLE REQUIRES 33.000 HDGVW PAC AT ADDITlONAL 1 . j COSTOF $29,900.00 REQUIRES SDI08 CAB FOR 1310 FRONT PTO. 1 .. .. . .. . . BRUSHHAWG jOptionalbody-specifY I $66,900.00 1 Ii C-MODEL 1 BRUSH HOG C-MODEL GRAPPPLE WADER AND BODY WITH ELECTRIC·TARP. DEDUCT -$1.592 FOR MANUAL I PETERSEN TL3/18241 PAC MAC KB201 DLR-PDR 1 545-450 1 545-480 1 I TARP. REQUIRES 33000 HD GVW PACKAGEAT ADDITlONAL COST OF$29.900.00AWC MODEL ALL WHEATHER I I CREWCAB TOTALPRICE $110.500 REQUIRES 33K GVW PACKAGE ANDCREWCABOPTION.I , , I I ?liJ,~N~~;~~i~l71I liJ24 TRASH DUMP BODY REQUIRES 33000HD GVW PACKAGEAT ADDITlONAL ! $59,800.00 1 i Co.sr GF $29,?OO.OPQUADSTICKSADD $29f!O PUAL LED STR,qBES ADD $893 $ELF WiNDING LOAD COVEJi:ADD \ I $980 TOOL BOXADD $780 AMBER LED FLASHERS ADD $690ROUTE ASSISTANT ADD $49,500 2030 BODY ADD I , $42001824 TBHADD $2650 1824 HARDOX BODY ADD $5300 2030 HARDOXADD $6400 WORK UGHTSADDl490 , iPERSIDE. 1 .: , : Optional body -specil'y i PAC MAC KB20 124 KNUCKLE BOOM WITH 20 FI REACH AND HYDRAULIC JOYSTICK CONTROLS LED 'LIGHTING ANDSRiNG LOADED ARMLESS TARP SYSTEM REQUIRES 33000 HD GVW PACKAGE AT ADDITIONAL ,COSTOF $29,900.00 FOR HARDOX BODY ADD $4900 1 : Powder coating for utility body 108" cab to axle : 120" cab to axle . . I' $58,900.00 : $3,900_00 1. NC I $390.00 1 697 i I i , I I I i i VEHICLE: DEALER: ZONE: BASE PRICE: 545-524 1 545-572 1 545-632 1 545.647 1 33-3000 6SPD 1 33-3500 6SPD 1 33.4X4 1 33.108CA 1 33.120CA 1 33-156CA 1 33.180CA 1 33.186CA 1 DLR.35GVW 1 DLR-37GVW 1 DLR.38GVW 1 . DLR.50GVW 1 DLR.39GVW I DLR-LG3 1 DLR_LG3 1 M2 Lou Bachrodt Freightllner *Westem Lou Bachrodt Freightliner LOll Bachrodt Freightliner *Northem *Central LOll Bacbrodt Freightliner *Southem $35,750.00 : 138" cab to axle : 156 11 cab to'aXle r 180" cab to axle , iJ86" cab to.aXle t . $35,750.00 $35,750.00 $35,750.00 ,33,000 GVWR Pck. -minimum 230 HP, 5 speed automatic transmission (3000RDS), or approved I equivalent .. see optional wheelbase prices i33,OOO OVWR Pck. ·.minimum 230 HP, 5 speed _mlitic transl)l,i!lSion (350IiRDS), or approved lequivalerit -see optional wheelbase prices . ..... .. i . . 133 ,000 GVWR Pck. -minimum 230 HP, 6 speed automatic transmission (3000RDS), or approved equivalent -see optional wheelbase prices ' 33000 HD GYW PCK WITH 3000RDS 6 SPD TRANSMISSION 1 · 33,OiJO OVWR PCk .. • minimum 230 HP, 6 speed automatic transmission (3500RDS), or approved' ~l!ivalent-,~~_optio~alw.h~lbas~prices '. , ',' _ .:.,' . . 33000HD GVW PCKWlTH 3500RDS 6SPD TRANSMISSlOM I 33,000 GVWR fuctory '!Pproved 4WD WITH 33000 HD GI'W PCK 1 33,000 GVWR 108" CA .. · 33000HD Gvw PCK 1 33,000 GVWR 120" CA 33000 HD GVW PCK 1 33,000 OVWR 156' CA 33000 HD GVWPCK 1 / 33,000 GVWR 180" CA 13000HDGVWPCK I · 33,000 OvwR 186" CA 33000HDGVWPCK 1 . OVWR and CA up'srade -specifY 35000 HD GVW PCK 1 i GVWR and CA u~grade • specifY I 370QOHDGVWPCK I OVWR and CA upgrade -specifY 38000 HD GVW PCKl I OVWR an<! CA Upgrade. SpecifY 50000 HD GVW PCKl I OVWR and CA upgrade. specifY ; OVWR and CA uplttade· specifY ! 39000 HD GVW PCK. r . , ! OVWR and CA upgrade. specifY ! OVwR and CA upgrade. specifY · 2,000 lb. lift gate '3,000 lb. lift gate $390.00 1 [ , $390.00 1; $990.00 1 i $990.00 1) NAI NAI $29,900.00 1 $29;900.00 1 $59,900.00 1 '1 $29,900.00 $30,290.00 1 $30,290.00 1 $30,890.00 1 $30,890.00 1 $31,900.00 1 . 1 $33,900.00 $34,900.00 1 I $39,900.00 1 I .! NA $34,900.00 1 NA NA 1 $5,900.00 . $6,900.00 I' 69B VEmCLE; DEALER: ZONE; BASE PRICE; DLR'AC50K I DLR-ACOR I DLR-ORIG I DLR-6406 1 R . I DL -8406 721-001 I DLR-BUA I., BUC 1 . RING POWER I EPSILON LOAIJER 1 PE1ERSEN RS3 I KNAPHEIDE I AERIAL BUCKET l M2 Lou Bachrodt Freightliner Lou Bachrodt fi'reightliner Lou Bachrodt Freightliner Lou Bachrodt Freightliner *Western *Northem *Centrat *Southern $35,750.00 $35,750.00 $35,750.00 $35,750.00 ! 12 ton jack cab mounted, ifavail.ble i Auto Crane 50K'22 crane body with shelfp.ckage, 24"humper with crank outriggers, or I ! approved equivalent . .. . . .1 ADDlTIONALCOSTOF$29,900.00 '. . .... . . . . ..' .. " .. i NAI . II $44;900.00 I '/ OR KNAP.HEJDE 6108 DL BODY FOf 6000LE CRANE OT 6132DLHH-~OK~·REQUIRES 33000 H. .. D.'. GVW peKAT ... · I Auto Crane 6006EH electric hydraulic crane, boom support & chassis springs, or approved [I equivalent OR KNAPHEIDE I0006H 10K CAOAClTY OR KNAPHEIDE 6I32DLHH BODY-REQUIRES 33000 HD GVW PCKAT ADDffIONAL COST OF $29,900.00 t $42,900.001 . Auto .Crane hydraulic outriggers, or app~ved equivillent.· . Auto Crane 6406 hydraulic crane, reservoir, PTO and pump, boom support & chassis springs, or approved equivaJent OR KNAPHEIDE-REQUIRES 33000 HD Gvw PCK AT ADDITIONAL COST OF $29.900.00 1 Auto Crane .8406 bydraidic cianO, rese..voir,pTO and pinnp, boom suppOrt & chassis springs, '0< . approved equiV8Ient·· . ....• '.: . . . :. .'. ..' . OR KNAPHElDE-REQUIRES 35000 H1J GVWPCK4TADDlTIONAL COST OF $29.900_00 1 .. Backnp alarm -Factory Installed Backnp alarm -Dei>Jer Installed Backup camera with 3.5" LCD (rear mounted camera to provide wide angle field of vision at rear of vehicle) -Factory Installed Backnp camera with 3.5" 'LCD (rear mouoled camera to proVide Viide angle field of vision at rear ofvehicle)-Deiller mstillied .., . Optionill equipment -specify XlPRO 60 FORESRTY UNIT WITH CHIP BODY REQUIRES 33K GVW PACK AT ADDITIONAL COST TC55 OPTIMA MATERIAL HANDLER WlTIl LINE BoDY REQUIRES 33K GVW PACK TOTAL BODY PRICE $ 162.400SD FOR $9,800 TL50 MATERAlL HANDLER TELESCOPIC WITH LINE BODY REQUIRES 33KGVW PACK TOTAL BODY PRICE S/64,9000PTIONS. FRONT WINCH ADDSI6,900. OPTION HOOKS ADD 1690. OPTION LADDERRACKADD S/.900. OP'110N VlSEADD $1,900. OPTION GRAB HANDLESADD $1,450. OPTIONCHANSAW BOXADD $1,420. OnION 12I/WlRE,REEL HOLDER ADD $780. OPTION STROBES ADD $760. OPTION RUBBER BLANKET BOX ADD $J,260. OPTION GOLIGHT SPOT LIGH ADD $980. OPTION ROPE LIGHTS ADD $1.490. OPTION LED LIGHTS ADD 11.260. OPTION LED TRAFFIC ADVISOR ADD 11,490. OPTION POWERINVERTERADD 13,900 OPTIONPOLE RACKADD $3,60 C4047 DIGGER DERRICK WITH LINE BODY TOTAL BODY PRICE $182.400 REQUIRES 33KGVW PACK. I Optional equipment -specify' . . . . EPSILON MIOOL72 LOADER WITH 28 YD DUMP BODY REQIJIRES 35000 HO GVW PACKAGE AT ADDITIONAL . COStOF$3I:900 1 . . . . .' '. Optional equipment -specify PETERSEN RS-3 REARSTEER LOADER WITH JOrSI'ICK CONTROL, DIAGNOSTIC SCREEN TN UPP$R 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 195,600 ALL REQUIRE 33000 HD GVW PACKAGEAT ADOITIONAL COST OF $29.900 l . Optional equipment -specify . .. . .. : . : 6mHC LINE BODY WITH CANOPY RGGF REQUIRES 33000 HD OVWPACKAGE AT ADDITIONAL cost OF $29.900.0061 32DI-R-30J CRANE BODY WJTH 5005EH AUTO CRANE TOTAL PRICE $59.600. FOR RAMS 123829 WINCH ADD $J8.500 MIAMIDADE WATER AND SEWER SPECS. 1 . Optional equipment -specify AERIAL BUCKET TRUCK-REQUiRES 33000 HD GVW PCK AT ADDITIONAL COSTOF $29.900.00 1 I I $&,900.00 1 $38,900.00 1 , I $41.,600.00 $45.00 1 ,$95,001 NA '1 , $2,450.00 I $119,600.00 1 $109,500.00 1 '1 $99,800.00 $29,400.00l $128,000.00' 699 VEHICLE: DEALER: ZONE: BASE PRICE: CONTAINER CARRIER 1 DLR-HL 1 ALTEC r 'I GLR-PP NEW WAY VlPER20RL 1 RDKSiDE LOADER! LOADMASTER -HElL ' BERGKAMP 1 TEREX CRANES 1 DLR-Tr l DLR-TER' WBB_345 1 WBB-277 1 M2 Lou Bachrodt Frejghtliner *Westem Lou Bacluodt Freightliner *Northem Lou Bachrodt Freightliner *Central Lou Bachrodt FreightJiner *Southem $35,750.00 $35,750.00 $35,750.00 $35,750.00 . ; Optional equipmimt -specifY " : AMERlCAN ROLLO"" ACC-80 CONTAINER CARRiER REQUIRES 33000 HD GVW PACKAGKAT ADDITIONAL , i $47,900.00 1 ! cOSTOF $29,900.00 1.. ' • ' " " .,' iOptional equipment -specifY ", ' .' , ' j f20K HOOK liFT' WITH TARP-REQUIRES 33000HD GVW PCKAT ADDITIONAL COSTOF $29.900.00 1 $52,600.00 1 'Optional equipment -specify,' ',' , ' '..' " , " , ' , 120 FT11IASHDUMPBODY-REQUIRES 33000 HD GVWPCK ATADDITIONAL COST OF $29,900.00 4 CORNER . STROBESADD $890 ,48 INCH TOOLBOX ADD 11.450 CSP90STJ/OBES ADD 1,460 I. ' " Optional equipment -specify ALTEC LR758. ALTEC AA 55 TOTAL PRiCE $/29,SOO ALTEC AA55E TOTAL PRICE 1136.500 ALL REQUIRE 33000 HD GVW PACKAGEAT ADnilJONAL COS['OF $29,900.00 1 , , " $n,90Q.ool ! . , , , I $98,600.00 1 I ! . _. 1 '~~~~~~~~~d3~ftTRuCK BODY-REQUIRES 33000 HDGVWPCKAT ADDn10NALCOSTOF, " ! $88;900 .. 00 , $29;900 TCM,50()./2{}'DHE ADD $/950 TCM 60{}.J2{}'DHEADD 12450 TCD 50fJ-!J{}.DHE,tDD $3650 TCM . I ' :;::~:~::::::5:::;~RE ASPHALT omRiB'(IQRTOTAL PRICE$II9,600TC¥50fJ-!J{}'AEEAPD 'I $57,900.00 1 NEW WAY VIPER 20RL REARLOADERNEW WAY COBRA 20RL REARLOADER TOTALPRlCE $58.900 Bom I REQUIRE 33000 HD GVW PACKAGE AT ADDITIONAL COST OF 129,900.00 1 . Optional equipment -specify . j $94,500.00 1 i MP8120DK DUAL SIDE LOADING BODY REQUIRES RH STANDUP DRIVE OPTION AND 33000 YD GVW PCKAT I' ) ADDITIONAL C=OF$29,900.00AND280HP ENGINEAT$5490.00ADDITIONALC=. 1, , ,', 'I, I Optional equipment _ specify ,II $62,500.00 11 LOADMASTER LEGACY3-20 CU YD MEDUlM COMPACTION LOADMASTER 20 YD REARLOADER REQUIRES 33000 . I GVW HD GVW PCK AT ADDITIONAL COST OF $29.900 25 CU YD BODY ADD 1400 REQUIRES 39000 HD GVW: II PACK AT ADDmONAL COST OF 139.900 HElL 20 YD REAR LOADER REQUIRES 33000 HD GVW PACKAGE AT I ADDITIONAL COST OF 129.900,00 TOTAL BODY PRiCE IS $59.600 BAYNE CART TIPPER EACH S5900 AUTO LUBE i I SYSTEM ADD $7,960. CUROITO CAN AssEMBLE ADD $29,800.1 Ii 1 . . 11 ,Optional equipment~ 'ped/)' $95,700.00 '1' BERGKAMI' FPS FLAMEf£SS fOTHOLE PATCHER REQUIRES 33000 lID GVW PAqKAGE AT ADDITIONAL COST i OF 129,900.00 OPTION FOR PATENTED SWING AUGER CHUTE ADD 57950 OPTION FOR n DOT LED I ' IJIROWBOAROADD$34500PTIONFORTRUCKMOUNTEOCONEHOlJ)ERADD$195 1 I, I Optional equipment -speci,fy , TEREKBT2047 10 TON CRANE mREK BT3870 19 TON CRANE TOTAL PRiCE 1127.900 ALL REQUIRE 33000 HD GVW PACKAGEAT ADDITIONAL COSTOF 529.900.00 1 TemporaIy tag Transfer existing registration (must provide tag number) New state tag (specifY state, county, city, sheriff, etc.) Mainienance Plan -specifY Maintenance Plan -specify Maintenance Plan -specifY Warranty -specifY HEARS /00000 MILES 1 Warranty -specify 5 YEARS 200000 MILES I I ' . 1$118,900.00 1 ! I i , j NeIl $50.00' i NA! NA i , , NA: , NA' $500.00 1' $2,OOO.00t: 700 VEHICLE: DEALER: ZONE: /lASE PRICE: WBB-280 ' WAI-47P 1 WAr,.47X I WAI-48C I M2 Lou Bachrodt Freightliner Lou Bachrodt Freightliner *Westem *Northem $35,750.00 $35,750.00 : Wwanty -specny 1YI<ARS 250000 MILES 1 Diesel Warranty -specHy 3 YEA~ 100000 MJLES 1 Dieiel Warranty ~ sP!'citY s fEAM2000OQ'MlLES '1 . Diesel Warranty -sP!'cify 7 YEARS 250000 MILES 1 LOll Bachrodt Freightliner Lou Bacbrodt Freightliner *Central *Southem $35,750_00 $35,750.00 . 1 $3,000.00 $950.00 1 .... 1 "j : $I,600.0Q $2,300,001 701 2840 Center Port Circle Pornpano,Bch,FL.33064 > •• u_.~ .. _ ... _., ~--~------ 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 FREIGHTLINER M2 FLORIDA SHERIFFS CONTRAG 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 ATIACHED SPECS OPTION # OPTION # INCLUDES ALL ITEMS IN ATIACHED 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 ------------ *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. Prepared fOf: 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 24 FT TRASH DUMP BODY QUOTATION CUM L9 300 HP@2000RPM, 2200 GOV RPM, 860 LB/FT @ 1300 RPM ALLISON 3500 RDS AUTOMATIC TRANSMISSION WITH PTO PROVISION RS-21-160 21,000# R-SERIES SINGLE REAR AXLE 21,000# 52 INCH VARIABLE RATE MULTI-LEAF SPRING REAR SUSPENSION WITH RUBBER HELPER SINGLE FRONT AXLE 12,000# MONO TAPERLEAF FRONT SUSPENSION 106 INCH BBC FLAT ROOF ALUMINUM CONVENTIONAL CAB 6350MM (250 INCH) WHEELBASE 11/32X3-1/2Xl0-15/16 INCH STEEL FRAME (8.73MMX277.8MM/0,344Xl0,94 INCH) 120KSI 1600MM (63 INCH) REAR FRAME OVERHANG PER UNIT TOTAL VEHICLE PRICE EXTENDED WARRANTY DEALER INSTALLED OPTIONS TOTAL # OF UNITS (1) $ $ $ $ $ $ ~---------,.-----._--,---------_ .. _--, .. "-",,_.-., "-"-'--'---'--,-_._-.. _-_._-_ .... _-_._-----.,._--,,---,"----,,-'" ---. ,,-,,--_ .. __ ._---_ ... -.-""---.-.-.,.---------.-.---.-----~---,---------,.-._-----, ... " - 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 Financial 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 competltlve quote from Daimler Truck Financial, or' contact us at lnformation@dtfoffers.com. Dalmler 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 v'lWw.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 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 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 (BElWEEN SITES) ROAD SURFACE MEDIUM TRUCK WARRANTY EXPECTED FRDNT AXLE(S) LOAD: 12000,0 lb. EXPECTED REAR DRIVE AXLE(S) LOAD: 21000.01bs EXPECTED GROSS VEHICLE WEIGHT CAPACITY : 33000.0 lb. Appllcation Version 9.2.509 Data Version PRL-16M.026 SOUTH MIAMI 24FT TRASH 11101/20172:07 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 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 I EPNCARB/FINAL GHG17 CONFIGURATION NO 2008 CARB EMISSION CERTIFICATION STANDARD OIL PAN ENGINE MOUNTED OIL CHECK AND FILL CiNE PIECE VALVE COVER SIDE OF HOOD AIR INTAKE WITH FI REWALL MOUNTED DONALDSON AIR CLEANER DR 12V 160 AMP 28-SI QUADRAMOUNT PAD ALTERNATOR WITH REMOTE BA TIERY VOLT SENSE (2) ALLIANCE MODEL 1231, GROUP 31, 12 VOLT MAINTENANCE FREE 2250 CCA THREADED STUD BATIERIES BATIERY BOX FRAME MOUNTED STANDARD BATIERY JUMPERS SINGLE BATIERY BOX FRAME MOUNTED LH SIDE UNDER CAB WIRE GROUND RETURN FOR BATIERY CABLES WITH ADDITIONAL FRAME GROUND RETURN NON-POLISHED BATIERY BOX COVER Application Version 9.2.509 Data Version PRL-16M.026 SOUTH MIAMI 24FT TRASH PreJ>ared by: Drew Ellison LOU BACH ROOT 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 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. DRIVE MASTER 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 Eillson LOU BACHRODT FREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-886-6704 11101/20172:07 PM Page 4 of 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 300014000 PRODUCT FAMILIES WITH VOCATIONAL MODELS RDS, HS, MH AND TRV ALLISON VOCATIONAL RATING FOR ONIOFF HIGHWAY APPLICATIONS AVAILABLE WITH ALL PRODUCT FAMILIES PRI MARY 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 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 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 VEHICLE INTERFACE WIRING CONNECTOR WITHOUT BLUNT CUTS, AT BACK OF CAB ELECTRONIC TRANSMISSION CUSTOMER ACCESS CONNECTOR FIREWALL MOUNTED CUSTOMER INSTALLED MUNCIE CS20lCS24 SERIES PTO Application Version 9.2.509 Data Version PRL-16M.026 SOUTH MIAMI 24FT TRASH Prepared by: Drew Ellison LOU BACH ROOT FREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-886-6704 11101120172:07 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 BUnON 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 I DETROIT DA-F-12.0-3 12,000# FF1 71.5 KP1/3.74 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 , 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 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-2H60 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 DRIVELI NE 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, DDUBLEANCHOR, 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 SHIELDS REAR OIL SEALS WABCO TRISTOP 0 LONGSTROKE 1-DRIVE AXLE SPRING PARKING CHAMBERS MERITOR AUTOMATIC REAR SLACK ADJUSTERS SYNTHETIC 75W-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 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 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 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 UPGRADED CHASSIS MULTIPLEXING UNIT UPGRADED BULKHEAD MULTIPLEXING UNIT NO HIGH CURRENT TRAILER/BODY CABLE 6350MM (250 INCH) WHEELBASE 11/32X3-1/2Xl0-15/16 INCH STEEL FRAME (8.73MMX277.8MMIO.344Xl0.94 INCH) 120KSI 1600MM (63 INCH) REAR FRAME OVERHANG FRAME OVERHANG RANGE: 61 INCH TO 70 INCH CALC'D BACK OF CAB TO REAR SUSP C/L (CA) : 184.45 in CALCULATED EFFECTIVE BACK OF CAB TO REAR SUSPENSION C/l (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 141NCH STEEL CENTER BUMPER WITH FLEXIBLE PLASTIC ENDS FRONT TOW HOOKS -FRAME MOUNTED BUMPER MOUNTING FOR SINGLE LICENSE PLATE BETTS 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 2640 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-886-6704 11/01/20172:07 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 MUOFLAPS FENDER AND FRONT OF HOOD MOUNTED FRONT MUDFLAPS GRADE 8 THREADED HEX HEADED FRAME FASTENERS NO TIRE PRESSURE CONTROUSENSOR SO 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 HANKOOKAL1111R22.514 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 22.5XS.2510-HUB PILOT 6.20 INSET 2-HANO STEEL DISC FRONT WHEELS MAXI ON WHEELS 90541 22.5XS.2510-HUB PILOT 6.20 INSET 2-HAND STEEL DISC REAR WHEELS NO RIMIWHEEL TIRE PRESSURE SENSOR FRONT WHEEL MOUNTING NUTS REAR WHEEL MOUNTING NUTS Application Version 9.2.509 Data Version PRl-16M.026 SOUTH MIAMI 24FT TRASH Prepared by: Drew Ellison LOU BACH ROOT FREIGHTLINER 2S40 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 Pt1one: 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/MARKER ASSEMBLY (5) AMBER MARKER LIGHTS INTEGRAL SToprrAIUBACKUP LIGHTS STANDARD FRONT TURN SIGNAL LAMPS DUAL WEST COAST BRIGHT FINISH MIRRORS DOOR MOUNTED MIRRORS 102 INCH EQUIPMENTWIDTH LH AND RH 81NCH BRIGHT FINISH 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 I NDICATOR, FRAME MOUNTED OPAL GRAY VINYL INTERIOR MOLDED PLASTIC DOOR PANEL MOLDED PLASTIC DOOR PANEL BLACK MATS WITH SINGLE INSULATION FORWARD ROOF MOUNTED CONSOLE WITH UPPER STORAGE COMPARTMENTS WITHOUT NETTING Application Version 9.2.509 Data Version PRL-16M.026 SOUTH MIAMI 24FT TRASH Prepared by: Drew Ellison LOU BACH ROOT FREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-886-6704 11101/2017 2:07 PM Page 10 of14 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 GRAY/CHARCOAL FLAT DASH HEATER, DEFROSTER AND'AIR CONDITIONER STANDARD HVAC DUCTING MAIN HVAC CONTROLS WITH RECIRCULATION SWITCH STANDARD HEATER PLUMBING DENSO HEAW DUTY AIR CONDITIONER COMPRESSOR BINARY CONTROL,R-l34A 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 DOOR LATCHES WITH MANUAL DOOR LOCKS BASIC HIGH BACK NON SUSPENSION DRIVER SEAT 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 Eflison LOU BACH ROOT 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/STARTIACCESSORY ICU3S, 132)(48 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 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/FMNVB 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 BACH ROOT FREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407~886-6704 11/01/20172:07 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, WASHERIWIPER 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 WHEELSJRIMS (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 CORPORATE PDI CENTER IN-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 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-886-6704 11/01/20172:07 PM Page 130f14 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. Total Dealer Installed Options Application Version 9.2.509 Data Version PRL-16M.026 SOUTH MIAMI 24FT TRASH Front 0 0 Olbs Prepared by: Drew Ellison LOU BACHRODT FREIGHTLrNER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-886-6704 Rear 0 0 o Ibs 11/01/20172:07 PM Page 14 of14 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: 497-886-6704 SOUTH MIAMI CITY OF PETERSEN RS3 LOADER QUOTATION CUM L9 300 HP,@2000 RPM, 2200 GOV RPM. 860 LB/FT @ 1300 RPM 12,000# MONO TAPERLEAF FRONT SUSPENSION ALLISON 3000 RDS AUTOMATIC TRANSMISSION WITH PTO PROVISION 1 06 INCH BBC FLAT ROOF ALUMINUM CONVENTIONAL CAB DETROIT DA·RS·21.0-4 21 ,000# R·SERIES SINGLE REAR AXLE 23,000# FLAT LEAF SPRING REAR SUSPENSION WITH RADIUS ROD 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 PER UNIT TOTAL VEHICLE PRICE EXTENDED WARRAN1Y DEALER INSTALLED OPTIONS CUSTOMER PRICE BEFORE TAX TAXES AND FEES OTHER CHARGES TRADE-IN ALLOWANCE BALANCE DUE TOTAL # OF UNITS (1) $ $ $ $ $ $ $ (LOCAL CURRENCy) $ $ $ $ .. , .. , .. _-------_.,-_ .•.•. _---••• __ ' .......... ____ •• ____ •••• o • $ $ $ (0) $ (0) 176,350 $ 176,350 COMMENTS: Projected delivery on _,_,_ provided the order is received before _'_'_. APPROVAL: Please indicate your acceptance of this quotation by signing below: Customer: X Dale: , , , D~imler Truck Financial 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 InfolTIlation@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 wvrw.daimler-truckfinancial.com. 11/03'20171:17 PM Page 1 of 15 201712018 FLORIDA SHERIFFS CONTRACT SPEC 13 LOU BACHRODT/SBL FREIGHTLINER LOW BID ON THIS SPEC. Prepared by: Drew Ellison LOU BACHRODT FREIGHTLI NER 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 TERRAINIDUTY: 100% (ALL) OF THE TIME, IN TRANSIT, IS SPENT ON PAVED ROADS MAXIMUM S% 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 11/03120171:17 PM Page2of1S 2017/2016 FLORIDA SHERIFFS CONTRACT SPEC 13 LOU BACHRODTlSBL FREIGHTLINER LOW BID ON TiilS SPEC. Description EXPECTED GROSS VEHICLE WEIGHT CAPACITY : 31000.01bs FLATBED/PLATFORM/STAKE BODY PETERSEN INDUSTRIES EXPECTED BODYIPAYLOAD CG HEIGHT ABOVE FRAME "Xl(" INCHES: 32.0 in 75 MPH ROAD SPEED LIMIT CRUISE CONTROL SPEED LIMIT SAME AS ROAD SPEED LIMIT Pro 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 2016 ONBOARP 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 Page30f15 2017/2018 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 ONIOFF 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 11/03120171:17 PM Page4of15 2017/2018 FLORIDA SHERIFFS CONTRACT SPEC 13 LOU BACHRDDT/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 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 FAMll.lES 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 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 11/03120171:17 PM Page 5 of 15 201712018 FLORIDA SHERIFFS CONTRACT SPEC 13 LOU BACHRODT/SBL FREIGHTLINER LOW BID ON THIS SPEC. Description SECONDARY SHIFT SPEED RECOMMENDED BY DTNA AND ALLISON, THIS DEFINED BY ENGINE ANO 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 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 COMPLIANn DETROIT DA-F-12.0-3 12,000# FF1 71.5 KP1/3.7 4 DROP SINGLE FRONT AXLE MERITOR 15X4 0+ 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 EUison LOU BACHRODT FREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-886-6704 11/03/20171:17 PM Page6of15 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 STEERI NG POWER STEERING PUMP 2 QUART SEE THROUGH POWER STEERING RESERVOIR SYNTHETIC 7fM/-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 DETROIT DA-RS-21.04 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 D LONGSTROKE 1-DRIVE AXLE SPRING PARKING CHAMBERS MERITOR AUTOMATIC REAR SLACK ADJUSTERS SYNTHETIC 7fM/-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 11/03120171:17 PM Page 7 of 15 2017/2018 FLORIDA SHERIFFS CONTRACT SPEC 13 LOU BACHRODTISBL 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 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 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 TANKS UPGRADED CHASSIS MULTIPLEXING UNIT UPGRADED BULKHEAD MULTIPLEXING UNIT NO HIGH CURRENT TRAILER/BODY CABLE 4050MM (159 INCH) WHEELBASE 11132X3-1/2X10-3/16 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 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 2017/2018 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 50 GALLON/1S9 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 FUEUWATER SEPARATOR WITH WATER IN FUEL SENSOR EQUIFLO INBOARD FUEL SYSTEM HIGH TEMPERATURE REINFORCED NYLON FUEL LINE HANKOOKAL 1111R22.514 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 Phone: 407-866-6704 11/03/20171:17 PM Page90f15 . 2017/2018 FLORIDA SHERIFFS CONTRACT SPEC 13 LOU BACHRODT/SBL FREIGHTLINER LOW BID ON THIS SPEC. Description HANKOOK DL 1111R22.S14 PLY RADIAL REAR TIRES CONMET PRESET PLUS PREMIUM IRON FRONT HUBS CONMET PRESET PLUS PREMIUM IRON REAR HUBS ACCURIDE 514B7 ACCU-LlTE22.5XB.2510·HUB PILOT B.16 INSET 5·HAND STEEL DISC FRONT. WHEELS ACCURIDE 514B7 ACCU·LlTE 22.5XB.25 10-HUB PILOT S-HAND STEEL DISC REAR WHEELS NO RIMIWHEEL 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 WITI-t (4) KEYS REAR LICENSE PLATE MOUNT END OF FRAME INTEGRAL HEADLIGHT/MARKER ASSEMBLY (5) AMBER MARKER LIGHTS INTEGRAL STOPITAIUBACKUP LIGHTS STANDARD FRONT TURN SIGNAL LAMPS DUAL WEST COAST MOLDED·IN COLOR MIRRORS DOOR MOUNTED MIRRORS 1Q21NCH 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 11/03120171:17 PM Page 10 of 15 201712018 FLORIDA SHERIFFS CONTRACT SPEC 13 LOU BACHRODT/SBL FREIGHTLINER LOW BID ON THIS SPEC. DescrIption LH AND RH 81NGH 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 GRAY/CHARCOAL 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 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 is 201712018 FLORIDA SHERIFFS CONTRACT SPEC 13 LOU BACHRODTISBL FREIGHTLiNER 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 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 OFFIRUNISTARTIACCESSORY MANUAL REMOTE ENGINE STOPISTART WITH 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 THROnLE 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 BACHRODT FREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-886-6704 11103120171:17 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 PTD 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/FMIWB 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 ONIOFF 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, WASHERIWIPER AND HAZARD IN HANDLE Application Version 9.2.509 Data Version PRL-16M.026 SOUTH MIAMI RS3 Prepared by: Drew Ellison LOU BACH ROOT FREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-886-6704 11/03/20171;17 PM Page 130f15 2017/2018 FLORIDA SHERIFFS CONTRACT SPEC 13 LOU BACHRODT/SBL 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 WHEELS/RIMS (PKWHT21. TKWHT21. W. 1W) POWDER WHITE (N0006EA) REAR WHEELS/RIMS (PKWHT21. TKWHT21. W. 1W) BUMPER PAINT: FP24812 ARGENT SILVER DUPONT FLEX STANDARD E COAT/UNDERCOATING U.S. FMVSS CERTIFICATION. EXCEPT SALES CABS AND GLIDER KITS CORPORATE POI CENTER IN-SERVICE ONLY CUM 2017 L9: HD2 MD DTY 7 YEARS/250.000 EXTENDED WARRANTY. FEX APPLIES TC4: MD STANDARD 7 YEARS/250.000 MILES /402.500 KM EXTENDED TRUCK COVERAGE. FEX APPLIES TOWING: 1 YEAR/UNLIMITED MILESIKM 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 BACH ROOT FREIGHTLINER 2840 CENTER PORT CI RCLE POMPANO BEACH. FL 33064 Phone: 407~886-6704 . Weight 11103120171:17 PM Page 14of15 201712018 FLORIDA SHERIFFS CONTRACT SPEC 13 LOU BACHRODT/SBL FREIGHTLINER LOW BID ON THIS SPEC. PETERSEN MODEL RS3 BASE LOADER WITH HEAVY DUTY S)NING 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 2B40 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407·886·6704 Rear o Olb, 11/03/20171:17 PM Page 15 of 15 2840 Center Port Circle Pompano, 8ch, .FL. 33064 -cRFlr;11 TlINrn ~ .. -. ~-... 41> ,,..I.klna.,. Sr&~R PURCHASER: SOUTH MIAMI crtY OF DATE: 1113/2017 ADDRESS: 6130 SUNSET DRIVE PHONE: 305 663 6339 CITY: SOUTH MIAMI FL. ATTN: STEVEN KULICK BASE MODEL: SPEC 13 FREIGHTLINER M2 .FLORIDA SHERIFFS CONTRACT PRICE: $35,750 OPTION # 101-22P CUMMINS L9 300 HP AlliSON 3000 TRANSMiSSION PRICE: $10,990 OPTION # WBB-280 CHASSIS 7 YEAR WARRANTY PRICE: 53,000 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,BOO OPTION # CREDIT FOR MECHANlCALJOYSTICK CONTROLS IN LIEU OF ELETRIC PRICE: -$5,300 O,PTION # 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: $0.00 Daimler Truck Financial offers special municipal financing programs to help fund the purchase of needed vehicles and other equipment. . *MTHL Y PAYMENT: $0.00 • 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 FREIGHTLINER LOW BID ON THIS SPEC. Prepared by: Drew Ellison LOU BACHRODT FREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BE':ACH. FL 33064 Phone: 407-886-6704 SOUTH MIAMI CITY OF PETERSEN RS3 LOADER CUM L9 300 HP @2000 RPM, 2200 GOV RPM, 860 lBfFT @ 1300 RPM 12,000# MONO TAPERLEAF FRONT SUSPENSION ALLISON 3000 RDSAUTQMATIC TRANSMISS1QNWITH PTa PROVISION 106 INCH BBC FLAT ROOF ALUMINUM CONVENTIONAL CAB DETROIT DA-RS-21.0-4 21,000# R-SERIES SINGLE REAR AXLE 4050MM {159 INCH) WHEELBASE 11132X3-112Xl0-3116 INCH STEEL FRAME {8.73MMX2588MMIO 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 _1_1_ provided the order is received before _ / _' _1_. APPROVAL: Please indicate your acceptance of this quotation by signing below: Customer- X Date: / I Financing that works for you. Applicatlon Version 9.2.509 Data Version PRL-16M.026 SOUTH MIAMI RS3 See your local dealer for a competitive quole from Daimler Truck Financial, or contact us at InformaUon@dtfoffero.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 setvices, visit our website at WVIIW.daimler~lruckfinancial.com. 11/03/20171:17 PM Page 1 Of 15 2017/201 a FLORIDA SHERIFFS CONTRACT SPEC 13 LOU BACHRODTfSBL FREIGHTlINER LOW BID ON THIS SPEC, Prepared by: Drew Ellison lOU BACHRODl FREIGHTUNER 2B40 CENTER PORT CIRCLE POMPANO BEACH, Fl 33064 Phone: 407.886-6704 SPECIFICATION PROPOSAL SPECPR021 DATA RELEASE VER 026 :{ltt •• t.IB+_~B~1l';~~11.fi~~lf~1~~~!1t1 NO INTERIOR CONVENIENCE PACKAGE M2 106 CONVENTIONAL CHASSIS 2018 MODEL YEAR SPECIFIED SET BACK AXLE -TRUCK STRAIGHT TRUCK PROVISION LH PRIMARY STEERING LOCATION ;/~~~i.Wi,'.<';~;3-&~,'i~, 'l-~,';'''','',',Y~'.,.,,''~\M-£I~,:··.l.'lW,\lC~~W.·'tJ;~}iX~t.'!ilj'~,',~ ~lfo.lfo.. '~i>W .'~~."'),j"''ii1,~~ :'~M.\Wi .. ' ','.ji",.:~~." ".~~i:l.",l~. "Wl-J<.':.;:;,\~,';\:,·t~ •. q'1~-.",.:;~r.ir~.'.~.',;'~:~)1~lW,~~~~~i,f}~~tl,'iV>~.'· ,~::;:-',,·\~·i ~,~!::?~~'";!~~ ~~~j!{~~.t1.f·~~~~H~1~m~~0-~1~~~~~-;:~~{';lt:~~~~;!~~~1¥~!t.~~{ity'1~~*\ri~l!~r:>!~~~1I?f'l:::i}~~!"'$'~~1{i;:¥t ,TRUCK CONFIGURATION DOMICILED, USA (EXCLUDING CALIFORNIA AND CARB OPT-IN STATES) PICKUP AND DELIVERY/SHORT HAUL SERVICE GOVERNMENT BUSINESS SEGMENT FIXED LOAD COMMODITY TERRAIN/DUTY: 100% (ALL) OF THE TIME, IN TRANSIT, IS SPENT ON PAVED ROADS MAXIMUM B% EXPECTED GRADE SMOOTH CONCRETE OR ASPHALT PAVEMENT - MOST SEVERE IN·TRANSIT (BElWEEN SITES) ROAD SURFACE MEDIUM TRUCK WARRANTY EXPECTED FRONT AXLE(S) LOAD: 10000,0 Ibs EXPECTED REAR DRIVE AXLE(S) LOAD: 21000.01bs Application Version 9.2 509 Data Version PRL-16M 026 SOUTH MIAMI RS3 11/03/20171:17 PM Page 2 of 15 2017/2018 FLORIDA SHERIFFS CONTRACT SPEC 13 LOU BACHRODT/SBL FREIGHTlINER LOW BID ON THIS SPEC. Description EXPECTED GROSS VEHICLE WEIGHT CAPACITY : 31000.01bs Prepared by: Drew Ellison LOU 8ACHRODT FREIGH'fUNER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064- Phone: 407-886-6704 (;%~\mllt~ii~i~~t~l~f~'~~~~{~tll~~.tfl~~~I.!t'1~t1~1~~1Jf~lif.f •• IIl~I~ . FLATBED/PLATFORM/STAKE BOOY PETERSEN INDUSTRIES EXPECTED BODY/PAYLOAD CG HEIGHT ABOVE FRAME "XX" INCHES: 32.0 in "'''~'i'~" "1,1'1' "i·.<\Il1.·<·" V#\lil'lii!.~· ''''''''''ll'''''.''' '''''.. "I:iIJi!il' "Milllll'" ·'-'''~\j)R·'~'I·'''''''''~'·'·'.'· ". '. .iII\.... "~~:llIZ" tj)=: ~'f.dj'"·~!{;y£.\· -' :~~$I)t~ .-" ·'81~ft.!iiWEi' ~'i{ t~:'\' ·t.t~ . ':~'" \~.'~~~ji. ,'. " '--V~·... . ',~~fiJ1; ':'~·:'.": .. J.(?M~I".-"~~" ,~i.t', ... ~. """"w,,~,.jIi~. ~ .. ,~~".f.i.~\~;r-t ... ).il .:~~~;n . ' •. ' .. ~';;'<.!.,,;!;,~. 1i'j,l?I''';fi<. ), "¥~~ •. 'Iii.: • .t.·.lli·~ 1M ... ,. 3!K,,:~!t CUM L9 300 HP @2000 RPM, 2200 GOV RPM, 860 LBIFT @ 1300 RPM !'I1;:I~ . , . tJ:!:;rn !!mt.~11.~ft?«~~~.~lW~~·'~~WW.$?·t.t~:I,''!~&.@-~Iir;j#t-)l~~i7l~~?,f~i.f:~~lrlJ~{)fM~~1~,P;J.'¥{t~;<&iffi~l?~~:;,'~' ~.' ,~.. . ,~~tfjtt\~ , ''''''~''I'~' ',",1<~'h;·I\Jl&ll;;l.i\l"'." ",'O.it'·"",,"";o' ""r"'I''''''''Jl"''' "';''''. ,'''''*''''''''" "'."'" "'"~"'···'"'.'''''fl~'''''"l\'''''''''''~l,".''''''".·''''''>'''·' ;'i ~,;:;, '" r.,:; ",~ " .. ,~,;.'\i~:t;, ,{':i'~ ':'1'91':~i"iS(.~,!li'i~~\~,r.:~!;\'~ti~fg::$,':·:>~"~':':r:lfe'!~.~it}1~f·1$jl,'..4\Wf.l}~~1iifb:~t.~"h~ .. ~R,~JC·:;.:.wm~;}lj~W&' .. ~rm:~l'~,Q~t . , .. ;l:\'~. ~!., .,,~.\<,~.!~,;l!' 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 CRUlSE 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 Pro SPEED 1 SETTING -1400 RPM PTO MINIMUM RPM -700 REGEN INHIBIT SPEED THRESHOlD, 5 MPH ff~W.~tp.~~~~~~~~~~S1{itt~~ffif~~~~k~~~~~M~lj~W.~J~{~t.&~*~~~~~~n'1*~~W~t~~'~I~~if~~ff~'~;~1~~f.~~· 2016 ONBOARD DIAGNOSTICSJ2010 EPNCARBIFINAL 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 11/03/20171'17PM Page 3 of 15 2017/2018 FLORIDA SHERIFFS GONII'{AGT SPEC 13 LOU BACHROOTISBL 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 CGA THRMDED 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 ONIOFF 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 ONfOFF 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 page 4 of15 20171201B FLORIDA SHERIFFS CONTRACT SPEC 13 lOU BACHRODT/SElL FREIGHTLINER LOW BID ON THIS SPEC. Description AUTOMATIC FAN CONTROL WITHOUT DASH SWITCH, NON ENG!NE MOUNTED CUMMINS SPIN ON FUEL FILTER COMBINATION FULL FLOW/BYPASS OIL FILTER 1100 SQUARE INCH ALUMINUM RADIATOR ANTIFREEZE TO ·34F, ETHYLENE GLYCOL PRE- CHARGED SeA HEAVY DUTY COOLANT GATES BLUE STRIPE COOLANT HOSES OR EQUIVALENT CONSTANT TENSION HOSE CLAMPS FOR COOLANT HOSES RADIArOR DRAIN VALVE LOWER RADIATOR GUARD ALUMINUM FLYWHEEL HOUSING ELECTRIC GRID AIR INTAKE WARMER DELCO 12V 38MT HD STARTER WITH INTEGRATED MAGNETIC SWITCH Prepared by: OrewEIHson lOU BACHRODT FREIGHTUNER 2840 CENTER PORT CIRCLE POMPANO BEACH, Fl 33064 Phone: 407-886-6704 ~~:ft~~~f9j~L~~~t~Jf~1t.~i~{~W~Rtn~~l;;~~1~~~~,~g~111~~~Mr~~t.~11.11]'11i~~'f1:i~~f.r~~~~t~l;i{~~~r~~: ALLISON 3000 RDS AUTOMATIC TRANSMISSION WITH PTO PROVISION i~~~9ll~J~ftj(y.1.~jK~~}m~:~1~t~,~~1~~~r~~~l~rlii\if.A~~I~~~~A~~~~f(t{fM!fMlli~·~~~~r~~~l1~n~;iJfui~1i ALLISON VOCATIONAL PACKAGE 180- AVAILABLE ON 3000/4000 PRODUCT FAMILIES WITH VOCATIONAL MODEL RDS ALLISON VOCATIONAL RATING FOR ON/OFF HIGHWAY APPLICATIONS AVAILABLE >'\nTH ALL PRODUCT FAMILIES pRIMARY MODE GEARS, LOWEST GEAR " START GEAR 1, HIGHEST GEAR 6, AVAILABLE FOR 3000/4000 PRODUCt FAMILIES ONLY SECONDARY MODE GEARS, LOWEST GEAR " START GEAR " 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 DTNA AND ALLISON, THIS DEFINED BY ENGINE AND VOGA TlONAL 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 11/03/20171:17 PM Page 5 of 15 201712018 FLORIDA SHERIFFS CONTRACT SPEC 13 LOU BACHRODT/SBl FREIGHTllNER LOW BID ON THIS SPEC. Description SECONDARY SHIFT SPEED RECOMMENDED BY DTNA AND ALLISON, THIS DEFINED BY ENGINE AND VOCATIONAL USAGE LOAD BASED SHIFT SCHEDULE AND VEHICLE ACCELERATION CONTROL RECOMMENDED BY DTNAAND 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 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 BUnON 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 FREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-886-6704 ·;;ttil~}~;,ij~ij~J~~MlitijlI~~X~~~}t0l)if~1~~¥~]m!~r~~{W~:~J}~f~t~~_~~g1~~.(i~;f;rt,\>~~;~;tt*i:~}K~1t~~f~~~~n~f.1~l'~~Wp~ti.~;;~~~ DETROIT DA-F-12_0-3 12,000# FF1 71.5 KP1/3.74 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 11/03/20171:17 PM Page 6 of 15 201712018 FLORIOA SHERIFFS CONTRACT SPEC 13 LOU BACHRODT/SBl FREfGHTllNER 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 Prepared by: Drew Ellison LOU BACHRODT FREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone". 407-886-6704 SYNTHETIC 75W-90 FRONT AXLE LUBE ·~1:~·~~:;:i.l?1:ii:;i4~~fl!f~~e,m~~~1~&;~~:&~lM1l\~~t~ft~~~tt:i?~1~(\l%f$;~·~i~:~it;tl:ii~j:~;t1··~~~:f;~rr,t;~~~3}i~!;~W,~i;t,yi~'t'lt')f4J~~{~·}t;¥: 'jl,\~'J'l,j~~!~~~!l~1i.L~:~ff't:Xtt~1~~m!Ii~(t:~h'~l.tt4it~~,~;.~1~~r:,t,£;·\~~'iit;1~4!~r~'~;\)&~?,ji~~!~,~~~,;;~",~!~;:;j\~;.YU~~i~dJ,·~.~,';;(ii~i4i~j{:1&~»':?:-~~"l~?r';{ 12,000# MONO TAPERLEAF FRONT SUSPENSION MAINTENANCE FREE RUBBER BUSHINGS - FRONT SUSPENSION NO FRONT SUSPENSION SPRING BRACKET OPTIONS FRONT SHOCK ABSORBERS ;:~:Ii~I!)l!i~r.~}._T~1&Wi.~.~ir.~~~~~i~~~f,1it~~~~(tf1;}1.t~2~~~%~f~t~~~~~~~~t(~~~Wfli~~rg*,~~\~~~~ DETROIT DA-RS-21.D-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 D LONGSTROKE 1~ORIV~ AXLE SPRING PARKING CHAMBERS MERITOR AUTOMATIC REAR SLACK ADJUSTERS . SYNTHETIC 7fiW-90 REAR AXLE LUBE ;~·~~~.f,;~~~~~:~~~~~~~~~~f:'Y·;.~r~?~~~:~·~Ji~~:t~::;r· 'rt:!~? ~·:;~t ~~!1;;4~~1:~·~rH;' ;:·.'~t:i:,;:~:f:~:;::, :~: .(";~.: ... : :~.~. Application Version 9.2.509 Data Version PRL·16M.026 SOUTH MIAMI RS3 11/03/20171:17PM Page7of15 2017/2018 FLORIDA SHERIFFS CONTRACT SPEC 13 LOU BACHRODTlSBL 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 Prepared by: Drew Ellison lOU BACH ROOT FREIGHTLlNER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407~86-6704 ~~:~~~~e~fi~1~fl~&f(I~~~~~~~~?~11~~~;~!I~KfJ~'~~~w:~tJr~~~~1~~~~~fj~l~~~~:t1~~~1*w~·jnt%;1:~~.\ 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 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 TANKS >ti~!"~~~a~~!§p~~jJ~}i~tii~l!¥iiW~~~i~:~~~wiw~~;f;j~t.(f.~iift.~:~ri!i~~~1~~~~f~~!k:~4i~tijl~~~f.!~?:k:r~iJ~~:y,~~~i;~~;:i:d UPGRADED. CHASSIS MULTIPLEXING UNIT UPGRADED BULKHEAD MULTIPLEXING UNIT NO HIGH CURRENT TRAilER/BODY CABLE ;1:~~~Bi~I_~~~~21~lli!Titl;.t~~}'r{~:~~l~~I~t1~~~~m~~!i~~!;h~1~~~f~~%~J:~~~t~i~~ii!}~~;~~1;f:;~~;~~:~ 40S0MM (159 INCH) WHEELBASE 11/32X.3-1/2X10-3/16 INCH STEEL FRAME (8.73MMX258.8MMlO.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 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 Veffiion PRL-16M 026 SOUTH MIAMI RS3 11103/20171:17 PM Page8of15 2017/2018 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 WEfGHT ENGINE CROSSMEMBER STANDARD MIDSHIP #1 CROSSMEMBER(S) STANDARD REARMQST CROSSMEMBER STANDARD SUSPENSION CROSSMEMBER prepared by: Drew Ellison LOU BACH ROOT FREIGHTUNER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-886-6704 (~Q~~~~p.W~m~~\~Ai~~~fi1~~'MiM~~flfIR1~i~~I~~~~~t~~&~~~~~1~i1t~1~i~;~~~~*~~~!J~tJ!i9ff~~.~:~~·~j;;~i:lnr~J~~T· THREE-PIECE 14 INCH STEEL CENTER BUMPER WITH FLEXIBLE PLASTIC ENDS FRONT TOW HOOKS· FRAME MOUNTED BUMPER MOUNTING FOR SINGLE LICENSE PLATE FENDER ANO FRONT OF HOOD MOUNTED FRONT MUDFLAPS GRADE 8 THREADED HEX HEADED FRAME FASTENERS NO TIRE PRESSURE CONTROUSENSOR ~::::~~,-~~~~ijiJ~~fg;~~~~!~tr.~~H~~~(~j~lli~i~11~.~~~~yft~~>.~~\1~~01~~;j':.~iff~I*~,;~t~~·~ltr!~~r~!lt~@1~~.~L~1~}t~~}:lf~!f.f:i:; 50 GALLON/1a9 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 FUEUWATER SEPARATOR WITH WATER IN FUEl SENSOR EQUIFLO INBOARD FUEL SYSTEM HIGH TEMPERATURE REINFORCED NYLON FUEL LINE HANKOOKAL 11 11R22.5 14 PLY RADIAL FRONT TIRES Application Version 9.2.509 Data Version PRL-16M.026 SOUTH MIAMI RS3 11/03/20171:17. PM Page 9 of 15 I ·1 I 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 ktl.f~~}}~~;J%f:~t~h~~.*~!tw}]r~~f,~i~~~$.~*~~1.~f~t{tj~~~~ti%~~t:?~~"J.~~~!f,t~~~~~~~i~!¥'~~~{I~$f~ru1~~?:f~1~~~~:;f:lff~Hf~1 CONMET PRESET PLUS PREMIUM IRON FRONT HUBS CaNMET PRESET PLUS PREMIUM IRON REAR HUBS j~Wi~j~i¥4iti;ii-:~;~ili}~':irl~~\T!}!·;r~~~~:~~~.w.~.tl~'£li~~lW~~&J~~~~Ft2Bmif1¥t:~~~~rr;ff~J~~~;[~~HitfJ~~§~!{:ffu~~~&i~~1t~(f;l~~~~;i· ~:,1ff;.f;~.r;,j-P:;-!if;if.'\o.:~,:~r..1't,li~:~.ilii~f.~,:w.J~w,;-g:~,$j!J":t4it~}&!?iiil'Wl!tiI'~.Ii-;·t'l;1if!1",,~~~~i'fNH~~~r1t_Wii-t\,:~i,~ ... ,1iIli~\::1Y.~~~$52~~~·fi~~.i'.~<\~\O~":-'i~,.~-h:~%t.~.;v'-:~; ACCURIDE 51487 ACCU-UTE 22.5XB.25 10·HUB PILOT 6.18 INSET 5-HANO STEEL DISC FRONT WHEELS ACCURIDE 51487 ACCU-LlTE 22.5X8.25 10-HUB PILOT 5-HAND STEEL DISC REAR WHEELS NO RIM/VVHEEl TIRE PRESSURE SENSOR FRONT WHEEL MOUNTING NUTS REAR WHEEL MOUNTING NUTS ';''iA:'': . -"" ''''''''~i''': "( .• ;~"'.~ .' '-.1-, 1",· '!l, v,'.',"." -"'&--~)'.:>""·':;';l')l.F,'t:~'{'J~~r~'l,\:; '·', .. >·· ... ~ ... (~·1ir :lr.l : o::\l>i,i"':' ,"·!.'\«l'·~li ,,,,,,,,\,r·fl'W;'.! '&'l:~! ~'('~tft.t;:i{'" .... ".oJ:f,' -'" "_\:r~~:rn{ ,,~,"''-i r"·uiii:!l=WAtt"'-r,·;~-t' ";i::r--I;";~'?t:l; "I);,):~H;i i"'fJ..;'~~i(-~'i:110 -~:P},~I~I~(lT!~~~~~~J~I;';*;&' !J!it~~'~J>""(~(:~)':''i1}';'':;, ,,,gl~/'e.1~";i\F.il':'~':-:·:~~-"-"'ll'i';'-t.'l.q;-il,.:,I~~,,;::~I,.\i':~1-~',\:~J!:);:-' ; ',;.--:; .~'! .~:~~.~~,-:}r.I~.ij~':-:;: !-}:h;>;)'!;*!;!~~t,;~;lf;~ii!-::;~WJ!f~lii:t~'1~;:o!(I!w-j'i~~~>'\Tr:~~B'~~rl'ii;i.~~'f:i'1-~':\~)'"~!'::~,~:.1r.¥~J-:',P~·0;~~;:~,·:i,~-I:;~~;,;~?",{h '.-d:~ }~!,-:;::"l':;!·~:::~r}"l ;~~,:~:~r:? 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 GRIL.LE 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 11/03/20171:17 PM Page 10 of 15 201112018 FLORIDA SHERIFFS CONTRACT SPEC 13 LOU BACHRODTlSBL FRE1GHTLlNER 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 FREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-886-.6704 r:~~!!iw~?1~~:~;~::/;~}j~::~~~tr~4ftmt~~~~~~~~~~Ji~iFl~il!t~~~~ffra~111~t~~g~'lii~5~~~~~x.~;§~~8.~~,~t!~~;fJ~~j: OPAL GRAYVINYL 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 DASH HEATER, DEFROSTER AND AIR CONDITIONER STANDARD HVAC DUCTING MAIN HVAG 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 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 11/03/20171.17 PM Page 11 of15 2017/2018 FLORIOA SHERIFFS CONTRACT SPEC 13 LOU BACHRODT/SBL FREIGHTLINER 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) STEERlNG WHEEL DRIVER AND PASSENGER INTERIOR SUN VISORS prepared by: Drew Ellison LOU BACHRODT FREIGHTUNER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-886-6704 D~~~I~lt'~}~~.~K~I~~&~~t~:;Wt.~(~~f~t~4Ii!.::4~;t~t:~~I~~:~~t.w'~~~!~fl~~fki~~~1~~f~t~;~0~ 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 GRAQUATIONS ELECTRONIC CRUISE CONTROL WITH SWITCHES IN LH SWITCH PANEL KEY OPERATED IGNITION SWITCH AND INTEGRAL START POSITION; 4 POSITION OFF/RUNISTARTIACCESSORY MANUAL REMOTE ENGINE STOP/START WITH PTO RE-ENGAGE ICU3S, 132X48 DISPLAYWITH 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 INOICATOR LIGHT Application Version 9.2.509 Data Version PRL-16M.026 SOUTH MIAMI RS3 11103/20171:17 PM Page12of15 2017/201 a FlORIDA SHERIFFS CONTRACT SPEC 13 LOU BACHRODTfSBl FREIGHTLJNER 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 OVERHEADIN8TRUMENTPANEL 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 IN CAB AMIFM ANTENNA MOUNTED ON FORWARD LH ROOF ELECTRONIC MPH SPEEDOMETER WITH SECONDARY KPH SCALE, WITHOUT ODOMETER 8T ANDARD VEHICLE SPEED SENSOR ELECTRONIC 3Q{)O 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, WASHERNVIPER AND HAZARD IN HANDLE Application Version 9.2.509 Data Version PRL·16M.026 SOUTH MIAM! RS3 Prepared by: Drew Ellison LOU BACHRODT"FREIGHTLJNER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-886-6704 11103120171:17 PM Page 13 of15 201712018 FLORIDA SHERIFFS CONTRACT SPEC 13 LOU BACHROOT/SBL FREIGHTLINER LOW BID ON THIS SPEC. Description INTEGRAL ELECTRONIC TURN SIGNAL FLASHER WITH HAZARD LAMPS OVERRIDING STOP LAMPS NO MISCELLANEOUS GAUGES Prepared by: Drew Ellison LOU BACHRODT FREIGHTUNER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-886-6704 ::~r~11~~~~~~~~f;~~~l~111~J~bt'i~~~fg~1!~~~~i~!;~;i.al~'~1411!~i~}~~~f~\~~(~{ PAINT: ONE SOLID COLOR ~';:Q'I',olt~!J~i~~~~i1~~~~1~;'J.,"~,:~N!~I~l~~,;~';r~f.~~,:;~J,:flf~l~~Dttf.~;b,~,~,~~;;Q[{r],~t}}~1~,·,;:~r~1~~~~:~~,~~#~J$~~~!~~f~@~~~\~':~~,';~~~ ,"t.'·'. "~ .\;; 'I;-;.'~'''''':' :'1o"1\"~'~~':"'{"~'-.!l~;.'t.':'.~~~!1;;\ ,''fi .. m.;·~1'~~;),'.~*~''''''i\1_)%''~''''~·'':·).''''i,,,.,~~,''f'"'''l'-,;:,.>t1 ~M !'!f>"i:ro!l'1i:f,.\,\~~~,N.:'.\'~" ,,,-.~a'2j~':i,!lt-,..JQ-t;;i-."'1'~'':\''''~O,.L~.~,~ ~:"''''f.)} 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, 1W) POWDER WHITE (N0006EA) REAR WHEELS/RIMS (PKWHT21, TKWHT21 , W, 1W) BUMPER PAINT: FP24612 ARGENT SILVER DUPONTFLEX STANDARD E COAT/UNDERCOATING lJ~~i~~!I~~:~~.~DI.t~t%~llf~f.ISJ.~;t1f1l~~ii~~trlli~~~~wm~~Jg~~Jl~~!,~ti~!~!£~H~!~~lf:~-~$~ U.S. FMVSS CERTIFICATION, EXCEPT SALES CABS AND GLIDER KITS , . " ," . "~I1t'"ili;;;SJ:?g~~, '\~qA~i~'i!It:'<~£ '7, ;!,o, ••. 'n$'11t'H-"':~ "'«')l;,~fi.;j~"i<""W'mrr)· "-<>"'-',1;,,., Il <\1hJm·~.~ ': ~>'~R:'''':~'!-~·'r;.r,--'~~fJW~~~!!"'{i'f'c; --"T' -"'>~"-~",,, ((1/',';[,1' l .. ~~~»~~~'f~~t!~~lt~;~m~t~+1t~~1l~.~if4~r§~~~Wtt{{~~itti~)11~~rz4tir~1?i1~1~~!:%f«~;(~~~il~t;;f1f1i£,~~~tt~~~i:~~t\f; CORPORA1E POI CENTER IN-SERVICE ONLY "i!:J.~"lii.wii'''''JW;l!l~li;~~ti;~;,z.~'i.»;~i''jii>;¥illi'%I)j~(~~iW~;'*~'_t~i~tifd'i;%i§'iiJ~i!ii'2W~i*;;'\;'r.;';:f-i';~-;;; !>';:'~~;''if.~~~~~~!~~~~~1~f~:~,*ldl!t~.{!~.;;'~i&.~~~fW~,:!~~M-tw.~l;§iX1nJ.~~~r.YW~~ffiJt~rf0f~;r,:.i't~i'~,~~.~·d~JiN(~~(,-<W1R'~f:.l'~;~(s~!V~~:'y!;}.'&';,i!';!11F"<,'~ CUM 2017 L9: HD2 MD DTY 7 YEARS / 250,000 MILES / 402,500 KM EXTENDED WARRANTY. FEX APPLIES . TC4: MD STANDARD 7 YEARSf250,OOO 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 Weight 11/03/20171:17 PM Page 140f15 201712018 FLORIDA SHERIFFS CONTRACT SPEC 13 LOU BACHRODT/SBL 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 Tolal Dealer Installed Options Front o Olbs Prepared by: Orew Ellison LOU BACHRODT FREIGHTUNER 2840 CENTER PORT CIRCLE POMPANO BEACH, Fl 33064 Phone: 407-886-6704 Rear o Olbs 11/03/20171:17 PM Page 150f15