Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Res No 038-18-15070
RESOLUTION NO. 038-18-15070 A Resolution authorizing the City Manager to purchase six vehicles from Alan Jay Fleet Sales and install emergency equipment with Dana Safety Supply. WHEREAS, the Mayor and City Commission wish to purchase six new Ford Interceptor Utility Vehicles with warranty and emergency equipment installed for the Police Department, and WHEREAS, the need to replace current fleet vehicles with high mileage, wear and tear and replace de-commissioned vehicles; and WHEREAS, Alan Jay Fleet Sales was awarded the bid by the Florida Sheriffs Association Southern District for Ford Interceptor Utility Vehicles; and WHEREAS, Dana Safety Supply (DSS) will be utilized for the purchase of emergency equipment and installation for aforementioned vehicles via a piggyback agreement utilizing City of Miami contract # 516388(21); and WHEREAS, the cost of the six Ford Interceptor Vehicle and emergency equipment will be $241,555.21; $236,405.23 for the purchase of the vehicle and emergency equipment will be charged to account 301-1910-521-6440, Capital Improvement (Vehicles and Equipment), current balance $332,000.00; $3,660 for graphics to be charged to account number 001-1910-521-5210 current balance $130,824, Supplies; $1489.98 for new tags to be charged to account number 001-1910-521-3450 current balance $79,386, Contractual Service. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA: Section I: The City Manager is authorized to purchase six Ford Police Interceptor Utility Vehicles from Alan Jay Fleet Sales Ford, through a piggyback agreement from the Florida Sheriffs Association Contract No FSA 17-VEH25-0 and purchase and install emergency equipment from Dana Safety Supply through a piggyback agreement from the City of Miami contract # 516388(21) as approved in the 2017-2018 budget. Section 2. Severability: If any section, clause, sentence, or phrase of this resolution is for any reason held invalid or unconstitutional by a court of competent jurisdiction, this holding shall not affect the validity of the remaining portions of this resolution. Section 3: This resolution shall take effect immediately upon approval. PASSED AND APPROVED this20th day of March ,2018. COMMISSION VOTE: 5 -0 Mayor Stoddard: YEA Vice Mayor Harris: YEA Commissioner Liebman: YEA Commissioner Gil: YEA Commissioner Welsh: YEA THE CITY OF PLEASANT LIVING To: FROM: DATE: SUBJECT: BACKGROUND: Amount: Account: CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM The Honorable Mayor & Members of the City Commission March 20, 2018 Agenda Item No.: ~ Steven Alexander, City Manager A Resolution authorizing the City Manager to purchase a total of six (6) police vehicles. The Six (6) police vehides will be Ford Utility Interceptor Police Pursuit vehicles purchased from Alan Jay Fleet Sales with emergency equipment included and installed; via a piggyback procurement from the Florida Sheriffs Association Bid No 17-VEH25-0, the emergency equipment will be purchased 'and installed via Dana Safety Supply via a piggyback procurement from the City of Miami contract #516388(21), as approved in the 2017-2018 Budget for a total amount not to exceed $242,000.00. In an effort to maintain a fleet of safe and serviceable vehicles for the police department, the purchase of six (6) new vehicles is needed. The City will piggyback this procurement from the Florida Sheriffs Association Bid No 17-VEH25.0 and purchase the vehicles from Jay Alan Fleet Sales, who was awarded the bid for the southern district of Florida for each of the previously described vehicle. The Police Department is continuing its transition to a utility based vehicle to provide sufficient cargo and passenger space compared with the sedan. The utility based vehicles provide almost double the payload capacity which does not compromise vehicle dynamics or performance. The utility vehicle also provides a higher ground clearance to overcome road or water obstacles without damaging the vehicle. The purchase is for six (6) patrol with one (1) being designated for K-9 service. In addition to the base vehicles, the purchase includes the installation of required optional emergency equipment. In addition to the optional equipment, each vehicle is equipped with an additional 5-year, 100,000 mile warranty. The current overall budgeted amount of $332,000 will not be exceeded. Not to exceed $242,000 $241,555.21 for the vehicles and emergency equipment from account number 301-1910-521-6440, Capital Improvement (Vehicles and Equipment), current balance $236,405.23; $3,660 for vehicle graphics THE CITY OF PLEASANT LIVING ATTACHMENTS: CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM 001-1910-521-5210 current balance $130,824, Supplies; $1489.98 for new tags 001-1910-521-3450 current balance $79,386. Resolution Alan Jay Fleet Sales Quotation for Ford Utility Interceptor DSS Equipment Costs Graphics Quote Piggyback Agreement; Florida Sheriff Association Bid #17-VEL25.0 Alan Jay Fleet Sales Sun Biz Report Florida Department of State Dl'flSlOJ'lof Cmrym0Yl'1£JN0 fill oj!idtlJ ,1~(J/f of Florida wfbJilf Department of State I Division of ComoratjQos I Search Records I Detail By Document Number I Detail by Entity Name Florida Profit Corporation ALAN JAY FORD LINCOLN MERCURY, INC. Filing Information Document Number FEIIEIN Number Date Filed Effective Dale State Status Principal Address 3201 US 27 SOUTH SEBRING, FL 33870 Changed: 04/13/2009 Mailing Address PO BOX 9200 SEBRING, FL 33871 Changed: 04/13/2009 P06000147825 20-5996360 11/29/2006 11/29/2006 FL ACTIVE Registered Agent Name & Address CELEBRATION LAW, PA 506 Celebration Avenue Celebration, FL 34747 Name Changed: 03/03/2016 Address Changed: 03/03/2016 Officer/Director Detail Name & Address Title PID WILDSTEIN, ALAN J 2003 U.S. 27 SOUTH SEBRING, FL 33870 Annual Reports ReporlYear Filed Date DIVISION OF CORPORATIONS 2016 2017 2018 03/03/2016 03/27/2017 01117/2018 Document Images 01/17/2018 -ANNUAL REPORTI 0312712017 -ANNUAL REPORTI 03103/2016 ANNUAL REPORTI 0410112015 ANNUAL REPORTI 04121/2014 ANNUAL REPORT! 06/1012013 -ANNUAL REPORTI 0410912012 ANNUAL REPORTI 0412012011 ANNUAL REPORTI 0410112010 ANNUAL REPORTI 04/1312009 ANNUAL REPORTI 04/2212008 ANNUAL REPORTI 0312312007 -ANNUAL REPORTI View image in PDF format View image in PDF format View image in PDF formal View image in PDF format . View image in PDF formal View image in PDF formal View image in PDF formal View image in PDF formal View Image In PDF formal View image in PDF formal View image in PDF formal View image in PDF formal 11/2912006 Domestic Profrt LI __ Vi_,e_W_i_m_a::.ge~in_p_D_F_fo.:.rm;.;.:.:.:a:.:.I_--.J Florida Department of Stete, DiViSion of Corponrtions CONTJl.U.CT FOR POLICE Jl.U.TED, ADM1INISTJl.U.TIVE, UTILITY VEHICLES, TRUCKS .AND VANS miS AGREEMENT made and entered into thid~ day of (f\cuc/h ,20~ by --, and between the City of South Miami, a Florida municipal Corporation by and through its City Manager (hereinafter referred to as "City") and Alan Jay Ford Lincoln Mercury, Inc., (hereinafter referred to as "Contractor"). WJ[TNESSETH: WHEREAS, the contract for POLIClE RATED, ADMINISTJl.U.TIVE. UTILITY VEmCLlES, TRUCKS .AND V ANS contract was competitively solicited by the Floll"fida Sheriffs Association (FSA) pursuant to 11'8 No.lFSA17-VEH25-@ and after completing a competitive bidding process, awarded a contract to Contractor; and WlBIERJEAS, the City of South Miami desires to utilize the POLICE RATED. ADMINISTRATIVE. UTILITY VEIDCLES. TRUCKS AND VANS contract and pursuant to authority of the City of South Miami's Charter. NOW, THEREFORE, the City and the Contractor, each through their authorized representative/official, agree as follows: 1. The City desires to enter into a Contract, under the same terms and conditions as set forth in the solicitation and the agreement between the Contractor and the lFlorida Sheriffs Association QFSA} for POLlICE RATED. ADMJI:NlIS'lI'.lRATlIVE. UTILlITY VEmCLES. TRUCKS .AND VANS. 2. The City has reviewed the contract and agrees to the terms and conditions to be applicable to a purchase order to be issued by the City and further agrees to the fair and reasonableness of the pricing. Contractor hereby agrees to provide such goods andlor 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 Solicitatim:D. Docmnents and the response to the solicitation, pertinent copies of which are attached hereto as Attaclb.nnellllt A and made a part hereof by reference, and the agreement andlor the award between the, a copy of which, including any amendments and addendums thereto, is attached hereto and made a part hereof by reference. 3. All references in the contract between lFIolI"ida Sheriffs Association !EM) and Contractor, shall be assumed to pertain to, and are binding upon Contractor and the City of South Miami. All decisions that are to be made on behalf of the Florida Sheriffs Association (FSA), as set forth in the lFloll"ida Sheriffs Association (lFSA) lTD No. lFSAJI. 7- VEH25-@ and Contract No. FSA17-VEH25-@ and its agreement with Contractor, shall be made by the City Manager for the City of South Miami. The term of the contract, including all extensions authorized by the contract shall not exceed five years. Notwithstanding anything contained in the Florida Sheriffs Association (FSA) lTD No. lFSA17-VEH25-0 and Contract No. FSA17-VEH25-0 or the Florida Sheriffs Association (FSA) contract to the contrary, this agreement shall be governed by the laws of the State of Florida and venue for all dispute resolutions or litigation shall be in Miami-Dade County, Florida. Thomas F. Pepe -01-11-16 4. All references in the rIB No. FSA17-VlEH25-0 and Contnct No. FSA17- VlEH25-0 between the Florida Sheriffs Association (FSA), competitively solicited by the Florida Sheriffs Association (FSA) pursuant to ITB No. FSA17-VEH25-0 and Contract No. FSA17-VlEH25-0 for POLICE RATED, ADMINISTRATIVE, UTIlLITY VEHIClLES, TRUCKS AND VANS and Contractor, shall be assumed to pertain to, and are binding upon Contractor and the City of South Miami. All decisions that are to be made on behalf of the between the Florida Sheriffs Association (FSA), competitively solicited by the Florida Sheriffs Association (lFSA) pursuant to ITS and Bid Award Annolllncement No. FSA17-VJEH25-0 and its agreement with Contractor, shall be made by the City Manager for the City of South Miami. The term of the contract, including all extensions authorized by the contract shall not exceed five years. Notwithstanding anything contained in the ITB and Bid Award AnnomD.cement to the contrary, this agreement shall be governed by the laws of the State of Florida and venue for all dispute resolutions or litigation shall be in Miami-Dade County, Florida. 5. Scope of Goods and Services. The scope of goods and services are set forth in the attached AttacliD.ment A. 6. ContJi"aC11: PIrnce. The contract price for the good and services is set forth in the attached Attachment B. If not otherwise set forth in the lFlloIrida Sllnell''iffs Associa1l:D.OIIl1 f!:M) Agreement/Contract, the Contractor shall be paid upon delivery of all the goods, the completion of all the services and after fmal inspection by the City that approves of the goods delivered and the work performed. 7. GraDllt Funnndmg: This project is being funded Nt A and Contractor agrees to comply with all the requirements of that Grant, applicable to the delivery of the goods and services that are the subject of this Agreement, and that are within its power to provide and to provide all the documentation within its control that is required for the City to be able to recover the contract price pursuant to the terms of the grant. A copy of the grant is attached hereto and made a part hereof by reference. S. Public Records: CONTRACTOR and all of its subcontractors are required to comply with the public records law (s.119.0701) while providing goods andlor 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 ofthe requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the Contract term and following completion of the Contract if CONTRACTOR does not transfer the records to the public agency; and (d) Upon completion of the Contract, transfer, at no cost, to the public agency all public records in possession of CONTRACTOR or keep and maintain public records required by the public agency to perform the service. If CONTRACTOR transfers all public records to the public agency upon completion of the Contract, CONTRACTOR shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If CONTRACTOR keeps and maintains public records upon completion of the Contract, CONTRACTOR shall meet all applicable requirements for retaining public records. All records stored electronically must be Thomas F. Pepe -01-11-16 provided to the public agency, upon request from the public agency's custodian of public records, in a fonnat that is compatible with the infonnation technology systems ofthe public agency. IF CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 111.99 FLORIDA STATUTES, 11'0 THE CONTRACl'OR9§ DUTY TO PROVIDE PUBLIC RECORDS RELATING TO 'rIDS CONTRACT, CONTACT mE CllJSTODIAN OF PUBLIC RECORDS AT 305-663-6340; :IE-mail: mllllllellllendlez@soullthmiamift.gov; 6130 Sunset Drive, South Miami, lFJL .3311.43. 9. Waiver JlIBry ToiaD: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. ~O. VaniidD~ 0' ExetllBtedi Copfies: This agreement may be executed in several counterparts, each of which may be construed as an original. DU. Atto1l"lllleys' Fees anud Coots: In the evell1lt of any litigation between the parties aris.ing out of or relating in amy way to this Agreement or a breach thereof, each party shall bear its own costs and legan fees. Nothing contained herein shall prevent or prohibit the right to be indemnified for any attorney fees incurred in the defense of an actuoo by a person or entity who is not a party to this Agreement. Bl. Sevell1llbiBoty': If any term or provision of this Agreement or the appBication thereof 11:0 any person or circumstance shaDB. to a1l'llY extent, be invalid or unenforceable, the remainder of this Agreement, or the application of such tenn 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 8Uull provision oHhis Agreement shall be valid and enforceable to the fullest extent permitted by law. lIN WITNESS WlBIlEREOF, 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. ADaDO Jay'Foll'aIl LDDB<f:oDDB, he.: BY:~--'------- Thomas f. Pepe-Ol-I 1-16 Contract For Police Rated, Administrative, Utility Vehicles, Trucks And Vans Alan Jay Ford Lincoln Mercury, Inc., through the Florida Sheriffs Association (FSA) pursuant to ITB No. FSAl7 -VEH25-0 Read and Approved as to Form, Language, Legality and Execution :;~~ Thomas F. Pepe City Attorney Thomas F. Pepe -01-11-16 ATTACHMENT A CONTRACT FOR POLICE RATED, ADMINISTRATIVE, UTILJITY VEHICLES, TRUCKS AND VANS FLORIDA SHERIFFS ASSOCIATION Thomas F. Pepe -01-11-16 @ Bid! AW3urd S\Ulmm~ry @ Notice of Award liD Bid Award AlI1llIl101UllIllcemell1l1l: #F§A17- VEH25-~.O ® C«J)({Jrpera1l:!ve P1UHl"cilna§nRllg Program, Scope of §ernces &, Terms and COlIlldii1l:iioll1ls Protecting, Leading & Uniting ... since 7893 FLORIDA SHERIFFS ASSOCIATION 2617 Mahan Drive, Tallahassee, Florida 32308 P.O. Box 12519· Tallahassee, Florida 32317-2519 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 p: (850) 877-2165 f: (850) 878-8665 www.flsheriffs.org m mil Re: Bid Number FSA17-VE12S.0 Police Rated, Administrative, Utility Vehicles, Trucks and Vans We are pleased to announce that the Florida Sheriffs Association has successfully completed its 25th nationwide cooperative bid for vehicles. This contract is in effect beginning October 13, 2017 through September 30, 2018. This year's bid includes 63 specifications and 215 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, 41 bidders responded. Of these respondents, 25 bidders submitted bids and 23 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. DBA Alan Jay Chevrolet Buick GMC Cadillac Alan Jay Chrysler Jeep Dodge of Wauchula Alan Jay Ford lincoln Alan Jay Nissan, Inc. Alan Jay Toyota Auto Nation Chevrolet Pembroke Pines Auto Nation Nissan Pembroke Pines AutoNation CDJR Pembroke Pines Bartow Ford Bay Dodge Chrysler Jeep Ram Beck Auto Sales, Inc. Bruce's Rossmeyer's Daytona Harley Davidson Coggin Ford Duval Ford LLC Garber Chevrolet Buick GMC Inc. Garber Chrysler Dodge Jeep Inc Garber Ford Kelley Buick GMC, Inc Prestige Ford Southern Sewer Equipment Sales Stingray Chevrolet LLC Tampa Truck Center LlC Terry Taylor's Deland Nissan Address:. '. '.' 441 US HWY 27 North 1405 US 17 South 3201 US HWY 27 50uth 1700 Flare Road 401 US HWY 27 North 8600 Pines Boulevard 8890 Pines Boulevard 13601 Pines Boulevard 2800 US HWY 98 North 641 W 15Th St 256 HWY 17 N 1637 North US HWY 1 9650 Atlantic Bivd 1616 Cassat Ave 3340 HWY 17 3408 HWY 17 3380 HWY 17 255 W Van Fleet Dr 17701 US HWY 441 3409 Ihdustrial 27Th Street 260 State Road 555 7528 US HWY 301 N 2600 S Woodland Blvd F5A17-VEl2S.0 Police Rated, Administrative, Utility Vehicle, Trucks and Vans Awarded Vendor Directory .' '.cItY . ···state· 'illlCOd.e 2: •...•• .·.·Flml\lame: . laitNBJne .'.;PiioJ)e~iainbtf,·)VjobiieNumw ( FUJllllinbei Sebring Fl 33871-9200 Chris Wilson 863-402-4234 863-381-3411 863)402-4221 Wauchula Fl 33871-9200 Chris Wilson 863-402-4234 863-381-3411 863)402-4221 Sebring Fl 33871-9200 Chris Wilson 863-402-4234 863-381-3411 863)402-4221 Sebring Fl 33871-9200 Chris Wilson 863-402-4234 863-381-3411 863)402-4221 Sebring Fl 33871-9200 Chris Wilson 863-402-4234 863-381-3411 863 402-4221 Pembroke Pines Fl 33084-0480 Dave Fridgant 954-447-2150 954-290-9221 954 441-2004 Pembroke Pines Fl 33024 Dave Fridgant 954-447-2150 954-290-9221 (954 441-2004 Pembroke Pines FL 33027 Steve Henry 954-441-2034 954-383-1009 954 441-2004 Bartow Fl 33830 Richard Weissinger 863-533-0425 813-477-0052 863 535-1038 PanamaCi~ Fl 32401 Thomas Spencer 850-785-1591 850-624-4230 850)785-3412 Palatka FL 32177 Chuck Boner 386-328-8863 386-546-3034 386)328-0891 Ormond Beach FL 32174 Barry Kuhnly 954-257-2073 954-257-2073 386)671-7077 lacksonville Fl 32225 Elizabeth Miller 904-725-3060 904-705-5954 904)723-6122 lacksonville Fl 32210 Matthew Forte 904-387-6541 904-505-9682 904 683-9358 Green Cove Springs Fl 32043 Ryan Davis 904-264-2442 904-476-2155 904) 284-0054 Green Cove Springs FL 32043 Ryan Davis 904-264-2442 904-476-2155 904) 284-0054 Green Cove Springs FL 32043 Todd Brandt 904-264-2442 904-509-4747 904)284-0054 Bartow FL 33830-3839 Kyle Davis 863-534-1561 863-899-3843 (863)582-9212 MtDora Fl 32757 Eric lore 352-357-5522 407-234-5116 888) 736-0252 Fort Pierce FL 34946 Bill Stinson 772-595-6940 772-216-2173 772) 595-9171 Bartow FL 33831 "Magic" Peter Popiel 813-473-2002 407-221-7600 813)359-5476 Tampa Fl 33637 Scott Endris 813-262-0890 813-293-0866 813 262-0983 Deland Fl 32720 Howard Williams 386-801-4187 386-801-4187 386) 734-5743 """,:. <.,' ., .• ::.imall:Address chris.wilson@alan aV.com chris.wilson@aiania~.com chris.wilson@aiania~.com chris.wilson@alanla~.com chris.wilson@alanla'l.com davldfridgant@gmail.com davidfridgant@gmail.com neetgull@comcast.net THEFORDTRUCKGUY!!!!GMAll.COM tomsl!encer@ballcars.com chuckboner@checkbeck.com bkuhnl'l@brhd.com EMILLER1@_COGGINAUTO.COM matt.forte@duvaifleet.com rdavis@garberautomall.com rdavls@garberautomall.com tbrandt@garberautomall.com kdavis@kelle~buickgmc.com ejore@aol.com info@southernsewer.com maaicDeterfleet@amail.com sendris@taml!aftl.com howardwiliiams@cH.rr.com !FlORIDA SHIER~FFS ASSOCIATION P.O. BOX 12519 TALLAHASSEE, FLORIDA 32317-2519 F~oll'acdla Slhell'~ff$ A$socoatuoln IfI1lviialio(Q)1l'il tOl Bud] CO(Q)pel1'a1iuve l?o.nrchal$ulI1l\9l Plrog)lfam Bud FSA17~VEl25a«) Bid Number: Bid Title: iMaB"lldatoll1l Pre-Bid Meeting Pre-Bid Meeting to be held at: Electronic Responses Due: FSA17-VEL25.0 Police Rated, Administrative, Utility Vehicles, Trucks & Vans June 22, 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 Paper Documents (sealed bids) Due: September 8, 2017 by 5:00 PM EST Sealed Bid Submittal Received at: 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 ibludders are reqjuured to attend tltie MANDATORY Pre-IBid Meetill1g. ADVERT~SEME~T Police Rated, Administrative, Utility Vei1icies, Trlllcks & Vall1ls BID NUMBER: FSA17-VEL2S.0 The Florida Sheriffs Association and Florida Association of Counties invite interested bidders to submit bid proposals for 2017-2018 Police Rated, Administrative, Utility Vehicles, Trucks & Vans. This contract shall be awarded to the lowest and best responsive bidder by specification, by manufacturer, by zone. No bidder may withdraw his bid for a period of sixty (60) calendar days after the date set for the posting thereof. Bidders are hereby advised that the Florida Sheriffs Association reserves the right to reject any and all bids, or separate portions thereof, and to waive any irregularity, technicality or omission if the FSA determines that doing so will serve in the FSA's best interest. The FSA may also reject any Response not submitted in the manner specified by the solicitation documents. FLORIDA SHERIFFS ASSOCIATION BY:~~ Steve Casey FSA Executive Director Pl!JBUSH: FSA WEBSITE ApriU ., 0, 2011 Fl COl1'llitrf'ad: IFSA11'-VIEH1S.0 Calb aD'Dd Chassos lrrlu)(ck amI! Othew IFleet EqUJIopment (ol1'lltll"ad:: IFSA11-VIH.2S.0 Poiice Rated, AdminHstrraitHve, Utmtty Vehides, Twcks and Vall1s " " " tont:ra~t TerRlsandCoo" :aI1ClDins~ Contents flOR~!I)A SHIERifFS ASSOCiATION Cooperatove PLmclhlasurag Prrogram 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 (PEC) ......................................................................................................... 10 1.21 TAX EXEMPTION ............................................................................................................................. 11 1.22 TAXES .............................................................................................................................................. 11 1.23 ORDER OF PRECEDENCE IN THE EVENT OF CONFLICT ................................................................... 11 1.24 COMMUNiCATIONS ........................................................................................................................ 11 1.25 CLARIFICATION AND ADDENDA TO BID SPECIFICATIONS .............................................................. 11 1.26 SIGNED BID CONSIDERED AN OFFER .............................................................................................. 12 1.27 ASSIGNMENT OF CONTRACT .......................................................................................................... 12 , ---"" R -if -&-1----5 53 e-= -.-, FSA Cooperative Purchasing Program 2017-2018 Page 1 flORiDA SHIE~~IFIFS AS§OC~AT~ON Cooperative PlUIl1'cl"iasing 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 R :0_. & - FSA Cooperative Purchasing Program 2017-2018 Page 2 flORIDA SHERiFfS ASSOCIATION Cooperative i?ll.m:hasill1lg i?mgll"am Contract Terms and Conditions Rev 8-4-2017 2.07 NO BID ............................................................................................................................................ 23 2.08 SPECIFICATION EXCEPTIONS, OMISSION AND ERRORS .................................................................. 23 2.09 MiSTAKES ........................................................................................................................................ 23 2.10 SAMPLES ......................................................................................................................................... 23 2.11 EQUIVALENTS ................................................................................................................................. 24 2.12 MANDATORY PRE-BID MEETING ................................................................................ ; ................... 24 2.13 PRICES QUOTED .............................................................................................................................. 25 2.14 OPTION PRICING ............................................................................................................................. 25 2.15 SUBMITTAL OF BID ......................................................................................................................... 26 2.16 EXECUTION OF BID ......................................................................................................................... 27 2.17 MODIFICATION OR WITHDRAWALS OF BIDS ................................................................................. 28 2.18 LATE BIDS ........................................................................................................................................ 28 2.19 BID OPENING .................................................................................................................................. 28 2.20 DETERMINATION OF RESPONSIVENESS ......................................................................................... 28 2.21 BID TABULATIONS ........................................................................................................................... 28 2.22 MINOR IRREGULARITIES/RIGHT TO REJECT .................................................................................... 28 2.23 CONE OF SILENCE ........................................................................................................................... 28 3.0 CONTRACT CONDITIONS ........................................................................................................................... 30 3.01 GENERAL REQUIREMENTS FOR ALL VEHICLES AND EQUIPMENT .................................................. 30 3.02 STATEMENT OF AUTHORITY ........................................................................................................... 30 3.03 VENDOR CONTACT INFORMATION ................................................................................................ 30 3.04 BID EVALUATION CRITERIA ............................................................................................................. 30 3.05 BASIS FOR AWARD .......................................................................................................................... 31 3.06 BID WiTHDRAWAL .......................................................................................................................... 31 3.07 ZONE BIDDING ................................................................................................................................ 31 3.08 OPTION TO RENEW WITH PRICE ADJUSTMENT ............................................................................. 31 3.09 ADDITIONS AND DELETIONS ........................................................................................................... 32 3.10 EQUITABLE ADJUSTMENT ............................................................................................................... 32 3.11 DISCOUNTS ..................................................................................................................................... 32 3.12 CONDITIONS ................................................................................................................................... 32 3.13 PRODUCTION CUTOFF .................................................................................................................... 32 FSA Cooperative Purchasing Program 2017-2018 Page 3 ~!LORmA SHIERlffS ASSOC~AT~ON 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 5--A -+ FSA Cooperative Purchasing Program 2017-2018 Page 4 IFlOIFUDA St1lIER~IFFS ASSOC~Ar~ON CooperaitDve Purcihasing IPmgll'am Contract Terms and Conditions Rev 8-4-2017 1.0 GIENlElRAl CONDWTHONS 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: 'FE," , Florida Sheriffs Association Attn: Cooperative Purchasing Program Coordinator 2617 Mahan Drive Tallahassee, FL 32308 850-877-2165 The Bid number should be referenced on the outside of the box as well as the contents. ~ ----." -,S --b-a 6± .?&&E .• ., 5 FSA Cooperative Purchasing Program 2017-2018 Page 5 1.02 PURPOSE FLORIDA SHlEIfUFFS ASSO(~Al~ON Cooperative IPllArclhasing Program Contract Terms and Conditions Rev 8-4-2017 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 1't and ending September 30th, 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 sole discretion, separate and apart from this contract. 1.03 TERM OF CONTRACT This contract shall remain in effect for one (1) year from date of contract execution by the FSA Cooperative Purchasing Program Administrator, and may be renewed by mutual agreement, at the 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 ofthe contract. The month-to-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 ofthis bid solicitation. 1.05 SHERIFF AS COUNTY CONSTITUTIONAL OFFICER The Offices of the Sheriff in the State of Florida are constitutional offices of the State of Florida. Each has the authority either individually or collectively to execute contracts for all goods and services for the proper conduct of that office. Section 30.53, Florida Statutes, exempts the 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. --;;:p. 9?H -5·& m # -5 4._ &9%. . ,'--' ~--·w ---__ I __ < FSA Cooperative PurchaSing Program 2017-2018 Page 6 IFlOIFUIDA SHIERilFlFS ASSOC~ATION Cooperative Purchasing Program Contract Terms and Conditions Rev8-4-2017 1.06 COOPERATIVE PURCHASING Pursuant to their own governing laws, and subject to the agreement of the Vendor, other entities may be permitted to make purchases following the terms and conditions of this Contract. 1.07 FUNDING Funds expended for the purposes of the contract must be appropriated by the individual participating agency for each fiscal 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 Cooperative Purchasing Program Administrator means the Florida Sheriffs Association in its role in administering the solicitation and contract administration process for the Florida Sheriffs Association and the Florida Association of Counties or their designee. (b) Fleet Advisory Committee (FAC) An employee of a sheriff's 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 "bid" as used herein, shall not include request for proposals, request for qualifications, request for letters of interest, or the solicitation of purchase orders based on oral or written quotations. (f) Bidder a '5--- A proposer or enterprise that submits a formal offer to the FSA Cooperative Purchasing Program Administrator in accordance with the Contract Terms and Conditions. ·3 -e&--" ±& 6c ... && . a FSA Cooperative Purchasing Program 2017-2018 Page 7 (g) Dealer IFlORmA SHIER~IFIFS ASSOC~Al!ON CooperatDve i?lUIf1'ct'iasBng Progrram Contract Terms and Conditions Rev 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 of the bid solicitation and the resulting contract: 1. Manufacturer's Computer Printouts; Ford -"Dora"; General Motors -"GM Autobook"; or approved equivalent 2 .Chrome Systems, Inco's PC Carbook (PC Carbook Plus and PC Carbook Fleet Edition) 3. Manufacturer's Annual U.S. Price Book 4. Manufacturer's official website (0) Published List Price A standard "quantity of one" price currently available to government and educational purchasers excluding cooperative or volume discounts. (p) Production Cutoff A term used by manufacturers to notify dealers that the factory has reached maximum capacity for orders. Vehicle manufacturers use this term when referring to any given model year for production. (q) End User A term used to distinguish the person who ultimately uses or is intended to use a product or for whom a product is designed for use. (r) Vehicle Bid Award System (VeBA) The online system used for the submission of electronic bids and tabulation of bid results for the specifications connected to this Invitation to Bid. + ~ && -~s-e ---, FSA Cooperative Purchasing Program 2017-2018 -9 Page 8 FLORIDA SHIER!IFFS ASSOC~ATION Coopell"atiYe PLlIl"Ichasing Pll"Ogram Contract Terms and Conditions Rev 8-4-2017 1.10 ELIGIBLE PURCHASERS OF CONTRACT Awarded bids, or contract prices, will be extended and guaranteed to any local government agency or political 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 participating 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 g. It is the intent of FSA that all specifications herein are in full and complete compliance with all federal and State of Florida laws, requirements, and regulations applicable to the type and class of commodities and contractual services being provided. In addition, any applicable federal or State legislation that becomes effective during the term of the Contract, regarding the commodities and contractual services' specifications, safety, and environmental requirements shall immediately become a part of the Contract. The Awarded Vendor shall meet or exceed any such requirements of the laws and regulations. If an apparent conflict exists, the Awarded Vendor shall contact the FSA Cooperative Purchasing Program Administrator immediately. The bidder warrants that the product supplied to the FSA or Purchaser shall conform in all respects to the standards set forth and the failure to comply with this condition will be considered as a breach of contract. Any fines levied because of inadequacies to comply with these requirements shall be borne solely by the bidder responsible for same. @_ t!). # .. ±E '2% ffi55 w-N frE *~ &--e & -5··· r ___ i!! &±HR6 & is£! FSA Cooperative Purchasing Program 2017-2018 Page 9 FLORIDA SHIER~IFIFS ASSOC~AliON CooperatHve I?I!JHl'ctilasing Program Contract Terms and Conditions Rev 8-4-2017 The bidder shall obtain and pay for all licenses, permits and inspection fees (including all levels of governmental fees) required for this project; and shall comply with all laws, ordinances, regulations and building code requirements applicable to the work contemplated herein. 1.14 UNDERWRITERS'LABORATORIES Unless otherwise stipulated in the bid, all manufactured items and 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.lS AMERICAN WITH DISABILITIES ACT To request this material in accessible format, sign language interpreters, information on access for persons with disabilities, or any accommodation to review any document or participate in any FSA sponsored proceeding, please contact FSA Human Resources at (850) 877-216S five days in advance to initiate your request. TIY 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, AiS? 'BF . £.......",£8 ae F --. 46· . h 55- FSA Cooperative Purchasing Program 2017-2018 Page 10 flORiDA SHERiFfS ASSO(~AT~ON (ooperattoye Purchasong PrograM Contract Terms and Conditions Rev8-4-2017 may not submit bids on leases of real property to public entity, may not be awarded or perform work as a Vendor, supplier, Sub-Vendor, or consultant under a contract with a public entity, and may not transact business with any public entity in excess of the threshold amount provided in 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 obtaining the Purchaser's Federal Excise and State Taxes and Use Certificate Number. 1.23 ORDER OF PRECEDENCE IN THE EVENT OF CONFLICT In the event of conflict, the conflict may be resolved in the following order of priority (highest to lowest): 1. Addenda to Contract Terms and Conditions, if issued 2. Bidder Instructions 3. Contract Conditions 4. General Conditions 1.24 COMMUNICATIONS Communications between a proposer, bidder, lobbyist or consultant and FSA are limited to matters of process or procedure. Bidders should not rely on representations, statements, or explanations other than those made in this Bid or in any written addendum to this Bid. 1.25 CLARIFICATION AND ADDENDA TO BID SPECIFICATIONS !=t~ 5 Any questions or clarifications concerning the Invitation to Bid shall be submitted bye-mail to CPP@flsheriffs.org with the bid title and number referenced on all correspondences. All questions must be received by the date included in the FSA Bid Calendar. Questions and responses will be posted to the FSA Cooperative Purchasing Program website as outlined in the FSA Bid Calendar. Interpretation of the specifications or any solicitation documents will NOT be made to the Bidder verbally, and if any verbal clarifications are provided they are without legal effect. CLARIFICATION QUESTIONS WILL NOT BE RECEIVED AFTER THE CONE OF SILENCE DEADLINE LISTED ON THE BID CALENDAR. The FSA shall issue a Formal Addendum if substantial changes which impact the technical submission of Bids are required which will be posted on the FSA Cooperative Purchasing Program webite. Any such addenda shall be binding on the Bidder --+._-" SH994 -&++5 -HF&± E~---++& .. -s~ ? ++ "1 -S FSA Cooperative Purchasing Program 2017-2018 Page 11 flORIDA SHERiffS ASSOCIAT!ON Coopell'a'U:ive iPl!.BB"chasDfl1lg Program Contract Terms and Conditions Rev8·4·2017 and shall become a part of the solicitation document. In the event of conflict with the original Contract Terms and Conditions, Addendum shall govern to the extent specified. Subsequent Addendum shall govern over prior Addendum only to the extent specified. FSA will make every attempt to e-mail updates to registered bidders. However, posting on the FSA website constitutes proper notice of addenda. The Bidder shall be required to acknowledge receipt of the Formal Addendum by signing in the space provided. Failure to acknowledge Addendum shall deem its Bid non-responsive; provided, however, that the FSA may waive this requirement in its best interest. The FSA will not be responsible for any explanation or interpretation made verbally or in writing by any other FSA representative. 1.26 SIGNED BID CONSIDERED AN OFFER The signed bid shall be considered an offer on the part of the Bidder or Vendor, which offer shall be deemed accepted upon approval by the FSA and in case of default on the part of successful Bidder or Vendor, after such acceptance, the FSA may procure the items or services from other sources. 1.27 ASSIGNMENT OF CONTRACT No right or interest in this Contract may be assigned, transferred, conveyed, sublet or otherwise disposed of, without prior written consent of the FSA. 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. .g. e -~--"" FSA Cooperative Purchasing Program 2017·2018 Page 12 FLOR!IOlA SHERIffS ASSOC~ATiON Cooperatove fPJiJlrthasoll1g Program Contract Terms and Conditions Rev 8-4-2017 1.30 DEMONSTRATION OF COMPETENCY Pre-award inspection of the Bidder's facility may be made prior to the award of contract. Bids will only be considered from firms which are regularly engaged in the business of providing the goods or services as described in this Bid. Bidders must be able to demonstrate a good record of performance for a reasonable period of time, and have sufficient financial support, equipment and organization to ensure they can satisfactorily execute the services if awarded a contract under the terms and conditions herein stated. The terms "equipment and organization" as used herein shall be construed to mean a fully equipped and well established company in line with the best business practices in the industry and as determined by the FSA. The FSAmay 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 Bidder's 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 f-c-5-S Bidder affirms by the signature on the contract signature page that the Bidder: G 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; o 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 thefinonciol 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 -5£-.. -&& ~ & c ¥-5i-~-.. '" --"-F??+F &? . (---=. ++++--.. t "a . -6 -'--P= E-· $ "-9 FSA Cooperative Purchasing Program 2017-2018 Page 13 FlOIfUIDA SHlElfUFFS ASSO(~Al~ON Cooperative PurchasDng iProgram Contract Terms and Conditions Rev8-4-2017 Purchasers, which can be 45 days from receipt of invoice; and <) Assumes full responsibility that all vehicles delivered to the Purchaser are free and 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 All materials used for the manufacture or construction of any supplies, materials or equipment covered by this bid shall be new. The items bid must be new, the latest model, of the best quality, and highest grade workmanship 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. a FSA and Purchasers being advised not to do business with vendor. 1.35 WAIVER OF INFORMALITIES The FSA reserves the right to waive any informalities or irregularities in this bid solicitation. 1.36 GRATUITIES Proposers shall not offer any gratuities, favors, or anything of monetary value to any official, employee, or agent of the FSA, for the purpose of influencing consideration of this bid. 1.37 TIE BIDS In case of tie bids and both businesses have qualifying drug-free work programs, the award will be made using the following criteria: G Bidder Within (A SPECIFIC ZONE) .. Bidder Within the (STATE of FLORIDA) G Dealers track record with Purchaser Service * f= FSA Cooperative Purchasing Program 2017-2018 Page 14 e Coin Toss 1.38 RIGHT TO AUDIT fLORIDA SHIER~HS ASSOC~AT~ON Cooperative IPII.000000cilasong Program Contract Terms and Conditions Rev 8·4·2017 Vendor shall establish and maintain a reasonable accounting system that enables FSA to readily identify Vendor's sales. FSA and its authorized representatives shall have the right to audit, to examine, and to make copies of or extracts from all financial and related records (in whatever form they may be kept, whether written, electronic, or other) pertaining to this Contract, including all government sales and eligible users information whether kept by or under the control of the Vendor, including, but not limited to those kept by its employees, agents, assigns, successors, and Sub-Vendors. Such records shall include, but not be limited to, accounting records, written policies and procedures; subcontract files (including proposals of successful and unsuccessful bidders, bid recaps, etc.); all paid vouchers including those for out-of- pocket expenses; other reimbursement supported by invoices; ledgers; cancelled checks; deposit slips; bank statements; journals; original estimates; estimating work sheets; contract amendments and change order files; back charge logs and supporting documentation; insurance documents; memoranda; and correspondence. Vendor shall, at all times during the term of this Contract and for a period of three (3) years after the completion of this Contract, maintain such records, together with such supporting or underlying documents and materials. The Vendor shall at any time requested by FSA, whether during or after completion of this Contract, and at Vendor's own expense make such records available for inspection and audit (including copies and extracts of records as required) by FSA. Such records shall be made available to FSA (subject to a three-day written notice) during normal business hours. FSA, at their option, may select the Vendor's office, place of business or offsite location for the audit; or opt to have the Vendor provide financial records, together with the supporting or underlying documents and records, via e-mail or phone for audit at a time and location that is convenient for FSA. Vendor shall ensure FSA has these rights with Vendor's employees, agents, assigns, successors, and Sub-Vendors and the obligations of these rights shall be explicitly included in any subcontracts or agreements formed between the Vendor and any Sub-Vendors to the extent that those subcontracts or agreements relate to fulfillment of the Vendor's obligations to FSA. Costs of any audits conducted under the authority of this right to audit and not addressed elsewhere will be borne by FSA unless certain exemption criteria are met. If the audit identifies under reporting, overpricing or overcharges (of any nature) by the Vendor to FSA in excess of three percent (3%) of the total contract billings, the Vendor shall reimburse FSA for the total costs of the audit not to exceed $5,000.00. If the audit discovers substantive findings related to fraud, misrepresentation, or non-performance, FSA may recoup all the costs of the audit work from the Vendor. Any adjustments and/or payments that must be made as a result of any such audit or inspection of the Vendor's invoices and/or records shall be made within a reasonable amount of time (not to exceed 90 days) from presentation of FSA's findings to Vendor. FSA has the right to assess penalties and fines based on audit results. 1.39 LIABILITY, INSURANCE, LICENSES AND PERMITS Where bidders are required to enter or go onto FSA or Purchaser property to deliver materials or perform work or services as a result of a 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. £-fr--w ---3 ri? - FSA Cooperative Purchasing Program 2017·2018 Page 15 IFlOIR~\D).A SHIEIR~IFIFS .ASSOC~.A T~O~ CtC»tC»peli"aJtove P«JJr'Ci1laJSHl/"!g Program Contract Terms and Conditions Rev 8-4-2017 The bidder shall be liable for any damages or loss to the FSA or Purchaser occasioned by negligence of the bidder or any person the bidder has designated in the completion of the contract as a result of his or her bid. 1.40 BID BONDS, PERFORMANCE BONDS, CERTIFICATES OF INSURANCE Bid Bonds, when required, shall be submitted with the bid in the amount specified in Bidder Instructions. After acceptance of bid, the FSA will notify the successful 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 recommended with pre- payment and w.iII 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: G) 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. e Bid suppression or withdrawal: a competitor agrees not to bid or to withdraw a bid from consideration. o Market sharing: a competitor agrees to submit bids only in certain geographic areas or only to certain public organizations. iii 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. e Non-conforming bids: competitors deliberately include terms and conditions they know will not be acceptable to the FSA Cooperative Purchasing Administrator. Bidders or Vendors who have been found to have engaged in collusion will be considered non-responsive, and will be suspended or barred from bid participation, and any contract award resulting from collusive bidding may be terminated for default. Vendors/Dealerships and their representatives may submit multiple bids without conflict of "Collusion" if the bid submitted is not from the same manufacturer and product line. Dealerships which share the same ownership may E++-as . FSA Cooperative Purchasing Program 2017-2018 Page 16 IFILOIFUDA SlHlElR~IFIFS ASSOCIAT~ON Cooperative Purduasong 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 upon award, or withdrawal of a bid before such award is made, may result in forfeiture of that portion of any bid surety required equal to damages incurred by the FSA thereby, or where surety is not required, failure to execute a contract as described above may be grounds for removing the bidder from the awarded Vendor's list. 1.44 PROTESTS AND ARBITRA TIO N Options are for informational purposes only and will not serve as a basis for protest. Any person who is adversely affected by the decision or intended decision to award shall file a "Notice of Protest" in writing to the FSA Coordinator within 3 business days after the posting of the Intent to Award and shall file a formal written protest within 10 calendar days after filing the Notice of Protest. Failure to file both a notice of protest and a formal written protest within the above referenced timelines shall constitute a waiver of proceedings. The burden is on the party protesting the award of the bid to establish grounds for invalidating the award(s). The formal written protest must state with particularity the facts and law upon which the protest 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 FSA to substantiate a protesting party's claim{s) beyond the normal scope of its legal review due to the vague or inconclusive nature of the protesting party's filing will be reimbursable to the FSA and deducted from the protesting party's bond or security which must accompany their filing. Any person who files an action protesting a decision or intended decision pertaining to this contract shall post with the Florida Sheriffs Association at the time of filing the formal written protest or within the 10 day period allowed for filing the formal written protest, a bond, cashier's check or money order payable to the Florida Sheriffs Association in the amount equal to $5,000.00, which bond or security will be conditioned upon the payment of all costs which may be adjudged against the protesting party in a court of law and/or to reimburse the FSA for additional legal expenses incurred and required to substantiate the protesting party's claim{s). Failure to post the bond or security requirement within the time allowed for filing will result in a denial of protest. The filing of the protest shall not stay the implementation of the bid award by the Florida Sheriffs Association. Should the unsuccessful bidder(s) decide to appeal the decision of the FSA, they shall file a notice to FSA within 72 hours of the FSA bid protest decision regarding their· intent to request arbitration. A demand for arbitration with the American Arbitration Association's (AAA) commercial panel under its rules and regulations must be made within 10 days of the FSA bid protest decision. Any person who files for an arbitration with the AAA shall post with the Florida Sheriffs Association at the time 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 $5,000.00. Failure to provide written notice to FSA, file a demand for arbitration with the AAA, or failure to post the required bond and security requirement within the specified timelines shall constitute a waiver of arbitration proceedings. If the party filing for arbitration does not prevail, it shall pay all costs, legal expenses and attorney fees of the prevailing party. However, if the filing party prevails, the parties shall share equally the fees and expenses of the arbitration and AAA and bear the cost of their own attorney fees. The filing for arbitration shall not stay the implementation of the bid =% 99&;;;n -2&-$ E +-.~. -f . ". g. . FSA Cooperative Purchasing Program 2017-2018 Page 17 flOIR~!D)A SHER~H=fS ASSOC~Al~ON Cooperative i?urci'oasong Program Contract Terms and Conditions Rev8-4-2017 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 of the solicitation and the contract. Vendors that are not in compliance with any of the provisions of this contract can be assessed fines, suspended or terminated from the contract and future competitive bid solicitations at the discretion of the FSA Cooperative 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 to; failure to perform, refusal to accept orders during the contract period while manufacturer orders are still being accepted for current model year or the new year if the vehicle is price protected by the factory, charging amounts exceeding MSRP on factory or dealer installed items and packages, requiring the purchase of additional options over and above the base vehicle as a condition of acceptance of order, providing aftermarket options where factory options are available without the consent of the Purchaser, any misrepresentation of optional equipment or service as being "factory" that fails to meet the definition as described in this document, and any other practice deemed to be outside of the intent of the contract. Any Vendor, who is presented with a valid purchase order as a result of a bid award for this contract, is required and bound by this contract to accept such purchase order 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 invitati.on at any time and for any reason, upon giving 30 days prior written notice to the other party. .. f· 6* FSA Cooperative Purchasing Program 2017-2018 Page 18 flORIDA SHERiffS ASSOC~AT!ON COOlperath,e IPLIIlrchasing I?rrogll'am Contract Terms and Conditions Rev8-4-2017 1.4 7 SEVERABILITY In the event any provision of this contract is held to be unenforceable for any reason, the unenforceability thereof shall not affect the remainder of the contract which shall remain in full force and effect and enforceable in accordance with its terms_ 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 prior to termination, net of any costs incurred by the FSA as a consequence of the default_ Notwithstanding the above, the successful bidder shall not be relieved of liability to the FSA for damages sustained by the FSA by virtue of any breach of the 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 the Vendor shall be only to the total extent of the FSA liability for goods or services delivered prior to the date of notice to terminate the contract. 1.50 INTELLECTUAL PROPERTY Except for the rights expressly granted to the End User under this contract, the FSA will retain all right, title and interest in and to the licensed technology, including all worldwide technology and intellectual property and proprietary rights. 1.51 CONTRACT ADVERTISMENT AND USE OF FSA LOGO f;~ &< 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. q .. ~ FF-±E±+ -Ei ..... i.is+++ FSA Cooperative Purchasing Program 2017-2018 Page 19 FlORmJA SHEllUffS ASSOCIATION Coojplerative iPurchasDng iPll"Ogram Contract Terms and Conditions Rev8-4-2017 2.0 IfUIDlIl))JER INSTRUCTIONS 2.01 FIRST YEAR BIDDER QUALIFICATIONS In order for bids to be considered, first year Bidders to the Florida Sheriffs Association Cooperative Purchasing Program must provide supporting material with their bid submission to demonstrate that they are qualified to satisfactorily perform as an awarded vendor. Supporting material shall be provided on a thumb drive and shall include: a. All information necessary to certify 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 sector clients within the last three (3) years; e. Shall furnish the names, addresses, and telephone numbers of 5 government agencies for which the Bidder is currently providing or has provided similar services; and f. A Request for Consideration letter on company letterhead, which shall 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 used to support government fleet operations; 7. Additional information about the product line; and 8. Whether the company has ever been disqualified from any contract, if so identify which contract. 2.02 LICENSING/FACILITIES Bidders are required to possess a Florida Motor Vehicle Dealers License in order to bid, and all bidders must maintain a repair/warranty facility within the State of Florida to provide sales and service for the vehicles and equipment bid. FSA Cooperative Purchasing Program Administrator reserves the right to periodically request additional or updated information from a dealer regarding the repair/warranty facility during the solicitation and the term of the contract, if awarded. The FSA Cooperative Purchasing Program Administrator may also exercise discretion in examining such facility as deemed necessary. 2.03 INSURANCE AND INDEMNIFICATION Vendor 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. n' -8 -+ FSA Cooperative Purchasing Program 2017-2018 Page 20 flORmA S~ER~ffS ASSO<C!AT~ON <Cooperative Pl!.Ilrchasing Program Contract Terms and Conditions RevS-H017 Vendor's obligations under the above paragraph with respect to legal action are contingent upon the Florida Sheriffs Association and/or participating agencies giving the bidder (1) written notice of any action or threatened action, and (2) the opportunity to take over and settle or defend any such action at bidder's sole expense. Vendor shall not be liable for any cost, expense or compromise incurred by the Florida Sheriffs Association, or participating agencies in any legal action without bidder's prior written consent, which shall not be unreasonably withheld. The Vendor shall be responsible for 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 or property wherever located, resulting from any action or operation under the contract or in connection with the work. It is understood and agreed that at all times the Vendor is acting as an independent contractor. The Vendor at all times during the full duration of work under this contract, including extra work in connection with this project shall meet the requirements of this section. The Vendor shall maintain automobile liability insurance including property damage covering all owned, non-owned or 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 shall be issued by companies authorized to do business under the laws of the State of Florida and these companies must have a rating of at least B+: VI or better per Best's Key Rating Guide, latest edition. Original signed Certificates of Insurance, evidencing such coverages and endorsements as required herein shall be filed with and approved by the FSA Cooperative Purchasing Program Administrator prior to execution of a 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 policies issued to cover the insurance requirements herein shall provide full coverage from the first dollar of exposure. No deductibles will be allowed in any policies issued on this contract unless specific safeguards have been established to assure an adequate fund for payment of deductibles by the insured and approved by the 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 c: +5. 9 . FSA Cooperative Purchasing Program 2017-2018 Page 21 FlOllUDJA SHIER~fFIFS ASSOC!AT!ON Cooperato\le IPlUlrctuasDrng Program Contract Terms and Conditions Rev 8-4-2017 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 exclusive negligence of the FSA, its officers, agents, and employees, as determined by a court of competent jurisdiction. The Vendor will notify his insurance agent without delay of the existence of the Hold Harmless Agreement contained within this contract, and furnish a copy of the Hold Harmless Agreement to the insurance agent and carrier. The Vendor will obtain and maintain contractual liability insurance in adequate limits for the sole purpose of protecting the FSA under the Hold Harmless Agreement from any and all claims arising out of this contractual operation. The Vendor will secure and maintain policies of 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 oftheir liabilities and obligations under any Section or Provisions of this contract. Vendor shall be as fully responsible to the FSA for the acts and omissions ofthe third party suppliers and of persons employed by them as he is for acts and omissions of persons directly employed by him. Insurance coverage required in these specifications shall be in force throughout the contract term. Should any awardee fail-to provide acceptable evidence of current insurance within seven days of receipt of written notice at any time during the contract term, the FSA shall have the right to consider the contract breached and justifying the termination thereof. If bidder does not meet the insurance requirements of the specifications; alternate insurance coverage, satisfactory to the 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 Liability clause shall apply only with respect to liability arising out of the ownership, maintenance, use, occupancy or repair of such portions of the premises insured hereunder as are not reserved for the exclusive use of occupancy of the insured against whom claim is made or suit is filed. 2.04 SPECIFICATIONS All units covered by this Contract and the detailed specifications shall be the manufacturer's current basic production model, and shall, as a minimum, be equipped with ALL standard factory equipment in accordance with the manufacturer's latest literature unless otherwise noted in the bid document. Bidders must supply a unit that either meets or exceeds all the requirements included in the applicable detailed specifications. All bidders will be required to bid on the models listed in each designated specification. All bidders will be required to provide any information requested on the price sheets, such as manufacturer and model number of various components, or may have their bid rejected. All equipment, options, and features provided must be designed, constructed, and installed to be fully suitable for their intended use and service. , __ .0 .-ee -++ I .. $-=s---~ FSA Cooperative Purchasing Program 2017-2018 Page 22 2.05 FIXED PRICES IFlOlRnlA SHIERiffS ASSOCIATiON Cooperative PlUIll'chasoll'lg Program Contract Terms and Conditions Rev 8-4-2017 If the bidder is awarded a contract under this Invitation to Bid, the prices quoted by the bidder on the Bid Forms shall remain fixed and firm during the term of this contract, unless otherwise addressed in a contract extension. 2.06 SEALED BIDS One original binder, with one copy binder, and a copy on a labeled thumb drive of the Sealed Bid as well as any other pertinent documents must be returned in order for the bid to be considered for award. All bids are subject to the conditions specified herein. A sealed bid is a completed bid that is submitted in a sealed and unopened container clearly marked with the Bid Title and Number. Bids should be sent to the attention of FSA Cooperative Purchasing Program Coordinator, Florida Sheriffs Association, 2617 Mahan Drive, Tallahassee FL 32308_ Faxed or e-mailed bids will not be accepted. 2.07 NO BID If not submitting a bid, respond by returning the enclosed "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" additional equipment or model upgrades to obtain the original option. Bidder must also identify those options that are available as a part of a package or group. The factory codes listed in the "Prices" 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 the specifications, delivery schedules, bid prices and extensions and all instructions pertaining to supplies and services. Failure to do so will be at the bidder's risk. 2.10 SAMPLES Samples of items, when required, must be 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 ~ _os '" 5± -F n--H-' B--653' ,~ 5&'" a+- FSA Cooperative Purchasing Program 2017-2018 Page 23 flLORmA SlHIlHUffS ASSOC~AT~ON Cooperratove PDJlrrchasolng PrrOlgram Contract Terms and Conditions Rev8-4-2017 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 sole authority to determine approved equivalents or qualified product specifications. Brand Names: Catalog numbers, manufacturers' and brand names, when listed, are informational guides as to a standard of acceptable product quality level only and should not be construed as an endorsement or a product limitation of recognized and established manufacturers. Bidders shall formally substantiate and verify that product(s) offered conform with or exceed quality as listed in the specifications. If bidder offers a make or model of equipment or supplies other than those specified in the following, it must be so indicated in the bid submittal. Bidder shall indicate the manufacturer's name and number if bidding other than the specified brands, and shall indicate ANY deviation from the specifications as listed. Other than specified items offered requires complete descriptive technical literature marked to indicate detail(s) conformance with specifications and MUST BE INCLUDED WITH THE BID. Specific article(s) of equipment/supplies shall conform in quality, design and construction with all published claims of the manufacturer. NO BIDS WILL BE CONSIDERED WITHOUT THIS DATA. The bid or individual specificiation will be considered nonresponsive if the submission lacks written indication of the intent to quote an alternate brand or model. Dealers offering alternate makes and manufacturers of vehicles or equipment not specifically identified in the bid cannot utilize or publish the offering as an "OPTION" within the bid specification and detail. Offerings of this nature will cause the bid to be rejected. 2.12 MANDATORY PRE-BID MEETING ALL prospective bidders are required to attend the mandatory Pre-Bid Meeting. At this time prospective bidders will have the opportunity to offer input and recommendations regarding the content of the bid specification and to meet with committee members to answer any questions relative to this invitation to bid. 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 FlORmA SHIERIFFS ASSOCiATiON Cooperative lPul"(chasing Program Contract Terms and Conditions Rev 8-4-2017 2.13 PRICES QUOTED 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 are to include a three quarters of one percent (.0075) administrative fee to their base bid prices at the time of bid submission. This fee should also be included in all additional equipment items (add options) and should not be indicated as a separate line item on any purchase order. In case of discrepancy in computing the amount of the bid, the unit price quoted will govern. All prices must be Free On Board (FOB) destination, unless otherwise stated in the Bidder Instructions. The Vendor has the authority to offer discounts for prompt payment. Cash or quantity discounts offered will not be a consideration in determination of award of the bid. Awards made will be in accordance with these terms and conditions. Each specification must be bid separately. If two items are linked together, the compound item can be removed from the bid. 2.14 OPTION PRICING 14k 'ea ' g 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 (i.e. model or engine upgrade), bidder must calculate the option price as the difference between dealer cost on the representative base vehicle and total MSRP of the requested option modifying the vehicle. When add options listed are included in the base vehicle, bidder must submit options as "Included" or "STD" 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 equipment that is entirely different than the base unit called for in the specification, or any other options, scheduled or non-scheduled, that do not meet the intention of options as stated above. Bidder must indicate in their bid submission any option requiring the purchase of other options, and also indicate options that are a part or dependent of another option. The use of options to facilitate the sale of an alternate Manufacturer's product which is outside the scope of the written base specification will be construed as noncompliant and the bid will be rejected in whole or part by the FSA Cooperative Purchasing Program Administrator. +& tfWSPn & U ** Kg. G+QS_n -. *-. *$ FSA Cooperative Purchasing Program 2017-2018 Page 25 IFlOlfUIDJA SHIEIR~IFIFS ASSOC~ATiON Cooperative Purchasing Program Contract Terms and Conditions Rev 8-4-2017 Example: Bidder CANNOT include option upgrades that result in the selling of a vehicle or truck on one specification that is offered as a separate specification in the bid solicitation. For example, a Vendor who is awarded the bid for 25,500 lb. GVWR Cab & Chassis cannot upgrade this item through an add option to a 30,000 lb. GVWR Cab & Chassis in order to circumvent the bid award winner for the 30,000 lb. GVWR Cab & Chassis. 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 --Eii&- Bidders must submit their bid electronically on VeBA, which is located at http://veba.flsheriffs.org. In addition to the submission of specifications through the VeBA website, bidders who intend to bid on emergency vehicles are also required to submit their lightbar package pricing through a separate document housed on the VEBA website. Any bidder who offers emergency lighting and equipment to be installed on any vehicle or equipment, must provide evidence of EVT certification for installation. This includes any third party suppliers and is applicable to red, blue or any color combination of lighting. A user name and password will be issued to qualified bidders. Prospective bidders are encouraged to download and review the instructions located on the home page of VeBA. Instructions for entering and submitting bid specifications, as well as lightbar package pricing, are included in this document. Questions regarding the use of VeBA should be addressed to support@liquifusion.com. Prices are to be rounded to the nearest whole dollar (Le. $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 cover 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 -95 -. -,-M~---= . '39i'. S5i -. •. g FSA Cooperative Purchasing Program 2017-2018 Page 26 FlOlfUDA SHIERiffS ASSOCIAT!ON Cooperratove Purci1asong Pmgrram Contract Terms and Conditions Rev8-4-2017 check the appropriate box indicating whether the submittal is an Original or Copy. The Contract Signature page, Manufacturer's Certification, Insurance Checklist and Drug-Free Workplace Form shall be placed as the first tab item in the bid package. Each specification shall be separated by tabs indicating the specification number for each item being bid. Certifications should be listed in a separate tab. Manufacturer's print-outs can also be inserted in a single tab. Separate bid packages must be submitted for each individual dealership for which a bid was submitted through VEBA. The bid package must include: ., Bidder must complete the Contract Signature page in its entirety, and must indicate by signature on the form that bidder has read and understands the provisions contained in the Contract Terms and Conditions. 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. 4) 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. o 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 .-: Be -~-.4< F49 -.... &&e+-+f -.... t-±3 FSA Cooperative PurchaSing Program 2017-2018 Page 27 flORmA SHIERlfFS AS§O(~AT~ON Coo~eD"ati\fe Purchasing Program Contract Terms and Conditions Rev8-4-2017 and specifications CANNOT be chclnged or altered in any way. Clarification of bid submitted shall be in letter form, signed by bidders and attached to the bid. 2.17 MODIFICATION OR WITHDRAWALS OF BIDS A Bidder may submit a modified bid to replace all or any portion of a previously submitted bid up until the bid due date and time. Modifications received after the bid due date and time will 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 take place at the time of bid opening and evaluation. In order to be deemed a responsive bidder, your bid must conform in all material respects to the requirements stated in the Contract. 2.21 BID TABULATIONS The Bid Tabulation report will be posted to the Cooperative Purchasing Program website after the electronic bid process closes as indicated in the Bid Calendar. https:/Iwww.flsheriffs.org/law-enforcement-programs/cooperative-purchasing- program/dealers-only If there is a delay in posting the bid tabulation results, the FSA Cooperative Purchasing Program Coordinator will post a notice of the delay and a revised date for posting of results. 2.22 MINOR IRREGULARITIES/RIGHT TO REJECT The FSA has the right to accept or reject any and all bids, or separate portions thereof, and to waive any minor irregularity, technicality or omission if the FSA determines that doing so will serve its best interest or the best interest of the purchasers. The FSA may also reject any bids not submitted in the manner specified in this document. 2.23 CONE OF SILENCE This invitation to bid is subject to the Cone of Silence as indicated in the Bid Calendar. During this period all communications regarding this solicitation between FSA and Bidder will cease, except for questions regarding problems 'E" "tt-_¥ 0 __ _ .;;; -E&-'>m', "'--.:t. u_' t 66--"'" -s- FSA Cooperative Purchasing Program 2017-2018 Page 28 'F 9& FLORiDA SHIERlfFS ASSOC~AT~ON Cooperratove PllJIrrcil'taSiDll1g Prrogrram Contract Terms and Conditions Rev8-4-2017 incurred in the use of the FSA Cooperative Purchasing Program website. Bidders are encouraged to read the instructions and view the tutorial video regarding operation 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. -. u: -2 -u--~? --zi?& PH FSA Cooperative Purchasing Program 2017-2018 Page 29 flORIDA SHIER~IFIFS ASSOC!AT!ON Coopell'ative iP'QJllI'cl'iasDfI'1Ig iPmgrram Contract Terms and Conditions Rev 8-4-2017 3.0 CONTMC'JI' (ONDR'JI'HONS 3.01 GENERAL REQUIREMENTS FORALL 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:llwww.f!sherlffs.org!uP!02ds/FSf.l.%20!3 id%20Awa rd%20Vendor%201 nfo%20Ch a nge%20Docu men t%20P.Ev%205- 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. j! 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: III Adequacy of facilities, staffing, and financial resources; .. Previous experience with FSA contract or other similar government contracts; " Ability to provide excellent customer service, including previous FSA contracts In addition to first year bidders, FSA reserves the right to request staffing, performance and financial information from any bidder during the evaluation process if FSA determines this information is necessary to award the bid. -•• & 'Wnhff--ill a ---., FSA Cooperative Purchasing Program 2017-2018 Page 30 flOIRIIDA SHIEIR~IFIFS A5iSO(~AT~ON Cooperail:ive !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 manufacturer and by zone, if applicable and determined to be in the best interest of the FSA Cooperative Purchasing Program Administrator and the Purchaser. The add options in the bid shall be for informational purposes only and will not serve as a basis for bid protest. However, the FSA Cooperative Purchasing Program Administrator has the discretion to consider option pricing in making the award if it is it's best interest or the interest of the Purchaser. The FSA Cooperative Purchasing Program Administrator reserves the right to accept or reject any and all bids, and to waive any minor irregularity, technicality or omission if it determines that doing so will serve the Purchaser's best interest. 3.06 BID WITHDRAWAL Bidder warrants by virtue of bidding the prices quoted in their bid response will be good for an evaluation period of sixty (60) calendar days from the date of bid opening unless otherwise stated. If a bidders believes that the bidder must withdraw the bid, the bidder must contact the FSA Cooperative Purchasing Program Administrator immediately. Bid withdraws are handled on a case by case basis, and can result in a limitation of participation in future bids. 3.07 ZONE BIDDING Bidders are allowed to bid in one or more geographic zones. The zone map is Addendum 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. Prior to completion of each exercised contract term, the FSA may consider an adjustment to price due to increases or decreases on the Consumer Price Index; but in no event will the prices be increased or decreased by a percentage greater than the percentage change reflected in the Nationally published Consumer Price Index-Goods and Services, computed 60 days prior to the anniversary date of the contract. It is the vendor's responsibility to request any pricing adjustment under this provision. For any adjustment to commence on the first day of 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. 5' ----. _ _+-6 1 * __ "' " __ J ~ ------_ lEJ=_ Y --=&4& FSA Cooperative Purchasing Program 2017·2018 Page 31 H.OffUIOlA §HfElR~fFfFS ASSOC~Al~ON Cooperatove PllJltrdilasong PrograM Contract Terms and Conditions RevS-H017 The FSA reserves the right to accept the renewal adjustment or to allow the contract to terminate and r~-advertise for bids, whichever is in the best interest of the FSA. 3.09 ADDITIONS AND DELETIONS The FSA reserves the right to add or delete any items from this bid or resulting contract when deemed to be in the best interest of FSA and the participating Purchasers. FSA reserves the right to remove, discontinue or suspend the sale or offering of any product or commodity within the Invitation to Bid document or existing contract, at its discretion. This decision to take action may be based upon and not limited to: o Few or no sales o Product recalls and other safety issues o Dealer/Manufacturer performance III 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 quantity, as well as additional manufacturer/dealer discounts. 3.12 CONDITIONS It is understood and agreed that any item offered or shipped as a result of this bid shall be the most current model offered, i.e. the most current production model at the time of this bid. 3.13 PRODUCTION CUTOFF Vendor shall notify the FSA Cooperative Purchasing Program Administrator in writing no less than sixty (60) calendar days prior to the close of final order date by the manufacturer. Purchase Orders received by the Vendor ten (10) business days prior to the final order date must be accepted and entered into the order system with the manufacturer. "* * -*' *-He FSA Cooperative Purchasing Program 2017-2018 Page 32 flORH>A SHIEFUIFIFS ASSOC~ATION Cooperrative i?lUIll"chasill1g I?rrogrram Contract Terms and Conditions Rev 8-4-2017 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 facilities at any time with prior notice. 3.15 SUBSTITUTIONS The FSA or Purchasers will NOT accept substitute shipments of any kind. Vendors are expected to furnish the brand quoted in their bid once awarded. Any substitute shipments will be returned at the Vendor's expense. 3.16 POLICE RATED VEHICLES/MOTORCYCLES Vehicles in this category have been reviewed by one or more of the nationally recognized authorities on Police Vehicle Testing Program/Evaluation. These vehicles were historically referred to as "Pursuit Rated". These evaluations are not designed to recommend a particular product, but to serve as a resource for vehicles which are currently being offered for law enforcement service. To see the full detailed report click or copy the links below. The importance with which each individual phase is weighted in these evaluations is a subjective decision which should be made by each agency based upon that agency's needs. For the purposes of this bid specification the following recognized authorities are as follows: STATE OF MICHIGAN Department of State Police and Department of Technology, Management and Budget Police Vehicle Evaluation Program http://www.michigan.gov/documents/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: as p- 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 regarding these vehicles. -E --R ~ f±-• -& --·-If if ¥-'-rl--34 FSA Cooperative Purchasing Program 2017-2018 Page 33 FlOlRmA SHERiFfS ASSOCIAT!ON Cooperra1tive Pl!Jrchasing Program Contract Terms and Conditions Rev8-4-2017 3.18 EMERGENCY LIGHT AND SIREN CERTIFICATION STANDARDS Emergency Light/Siren vendors are required to submit their Society of Automotive Engineers (SAE) Certifications prior to bid submission for each contract. Under Florida Statute 316.003(1), an emergency vehicle is any vehicle driven by fire, ambulance, or police. The statute extends to both privately and publicly owned vehicles. SAE Certifications are to include Class 1, Class 2 and Class 3 to be eligible for participation in the FSA Contract. Price submission received without these certifications will not be considered for inclusion. 3.19 CAB AND CHASSIS PURCHASES Cab and Chassis can be purchased from the dealer without any required additional fitting by the dealer. However, the dealer is not required to register/title the incomplete vehicle if an incomplete chassis is sold, unless the upfitting is completed by the dealer or the dealer's licensed and certified upfitter. However, the dealer is required to register/title the vehicle if an complete chassis is sold; only if the upfitting is completed by a company other than dealer or the dealer's licensed and certified upfitter, is the dealer not required to tag and title the vechicle. If an agency chooses to upfit the chassis utilizing a third party supplier and the work is outside of the scope of the purchase order issued to the dealer by the agency, then the third party supplier must perform all the state mandates and issue the appropriate registration/title to the agency upon completion of the work. FSA highly recommends that all upfitting of cab and chassis be performed by vendors who are licensed/certified to perform such work to avoid unnecessary exposure to future liability. The requirements of Florida Statute 319.21 related to the manufacturer statement of origin apply to cab and chassis purchases. 3.20 FACTORY INSTALLED c , s All options specified as factory installed are to be installed on the vehicle at the primary site of assembly and is to be the manufacturer's standard assembly-line product. No aftermarket and no dealer installed equipment will be accepted as factory installed. Vendors found supplying aftermarket or dealer installed equipment where factory 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. In the alternative, the Purchaser shall decide whether they will accept dealer installed components. &F'·---5--- FSA Cooperative Purchasing Program 2017-2018 Page 34 IFILOlRmA Sft-fiIER!FIFS ASSOCiATiON (ooperrattive lP'urrclhasirng IP'rrogrraM Contract Terms and Conditions Rev 8-4-2017 3.21 VENDOR INSTALLED All vendor-installed accessories shall be installed according to the manufacturer's specifications. Examples include roll bar, trailer hitch, etc. All such accessories must be manufactured by an established manufacturer of the product provided. Vendor is required to disclose Make and Model of product 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 Purchasing Program Administrator may at any time during the contract period request proof ofthe required certification. Any awarded Vendor that violates this provision will be considered in default of the contract. FSA may terminate the contract ten (10) days after a written notice of violation is provided. 3.22 NON-SCHEDULED OPTIONS FSA attempts to include scheduled, factory and aftermarket options in the bid document. If an agency requests a non- scheduled option that is not included in the bid document, the Vendor may provide this non-scheduled option. The Purchaser has the opportunity to request the Vendor's discount pricing for any non-scheduled options during the quote process. At no time should the non-scheduled option exceed MSRP or Published List Price. Non-scheduled options should be listed as a separate line item and noted on the purchase order to include the price. All non-scheduled options are covered under these terms and conditions. 3.23 FORCE MAJEURE A Vendor shall not be penalized for a delay resulting from the Vendor's failure to comply with delivery requirements if neither the fault nor the negligence of the Vendor or its employees contributed to the delay and the delay is due directly to acts of God, wars, acts of public enemies, strikes, fires, floods, or other similar cause wholly beyond the Vendor's control, or for any of the foregoing that third party suppliers if no alternate source of supply is available to the Vendor. 3.24 DELIVERY TIME i -t- 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. p ... a Fe. . -~ E· 9 h5iM 11-% H FSA Cooperative Purchasing Program 2017-2018 Page 35 FLOlfUIOA SIHlIER~IFIFS ASSOC~ATiON COOpE!ll"a'U:BVE! PlUllrtCihasing Program Contract Terms and Conditions Rev 8-4-2017 3.25 ORDER !. 3 The Vendor shall submit a copy of the purchase order to the FSA Cooperative Purchasing Program Coordinator within 14 days of receipt from the Purchaser. . 1. Purchasers shall issue a purchase order to the Vendor, which shall include the contract number, specification number, Purchaser's federal identification number, name of pOint of contact and agency, phone number and email address. Required delivery or due dates should be discussed with the dealer at the time of the quote. It is important to note that Vendors do not have ANY control over production delays in schedules from the manufacturer. While it is recommended that an agency purchase from the "zone" which is closest to their location, it is not mandatory to do so. If the Purchaser determines that a Vendor in another zone can better serve the 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. The Purchaser is required to forward an executed copy of the purchase order to the Florida Sheriffs Association, Cooperative Purchasing Program Coordinator at the same time the purchase order is sent to the Vendor. Emails or hard copies are acceptable. 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 all orders are placed in full compliance with the specifications of the Contract and the purchase order. 6. It is the Vendor's responsibility to ensure that the vehicle ordered by the Purchaser is fully compatible with all ordered options and that the vehicle complies with all applicable manufacturer and industry standards. The Vendor's acceptance of a Purchaser's order will indicate that the Vendor agrees to deliver a vehicle that will be fully compatible with all of its options. 7. Any changes that are required to bring a vehicle into compliance with the various options due to an incorrect order will be accomplished at the Vendor's expense. 8. A Confirmation of Order form shall be completed by the Vendor and returned to the Purchaser 14 calendar days from receipt of purchase order without notification by the Purchaser. The Confirmation of Order form is included in Addendum C. Any additional information needed to complete this form should be obtained from the Purchaser. The form may be modified to accommodate each Purchaser as necessary. h 4J t h-q.~ --"" +5 5,,=-u. FSA Cooperative Purchasing Program 2017-2018 Page 36 fLORIDA SHER~ff§ ASSOC!ATION Cooperato'ffe PQJlrrchasoll'ilg Program Contract Terms and Conditions Rev 8·4·2017 3.26 VEHICLE DELIVERY k--' -G At a minimum, pre-delivery service shall include the following: G Standard Dealer and Manufacturer protocol for new vehicle delivery; o 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 Ii) 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 vehicle would be exempt. Receipt of a vehicle by the Vendor is defined as acceptance of the vehicle from a common carrier at the Vendor's place of business or any third party's place of business. Deliveries of less than 350 miles may be accomplished by driving the vehicle. Any delivery accomplished by driving the vehicle must be supervised and the driver must comply with manufacturer's break-in requirements and all applicable traffic laws. Any delivery accomplished by driving a police rated vehicle must use an "OUT OF SERVICE" cover on light bars. All deliveries in excess of 350 miles shall be made by transport, or otherwise approved by the purchasing agency. Incomplete vehicles would be exempt. The Purchaser has the option to reject a vehicle with more than 350 odometer miles, or may deduct $0.51 cents per mile in excess of 350 miles from the invoice, unless distance above 350 miles was previously approved by the Purchaser. This requirement also applies to redelivery of vehicles that were rejected upon initial delivery. All warranties shall begin at the time of delivery to the Purchaser. The Purchaser's warranty should not be active for incomplete vehicles or vehicles delivered to an upfitter before final delivery. Vendor shall notify the Purchaser no less than twenty four (24) hours prior to delivery of the time and 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 of fuel as indicated by the fuel gauge at the time of delivery. For vehicles and equipment that have more than thirty five (35) gallons of capacity, a minimum of ten (10) gallons of fuel must be provided. B 6??-£. = a. eSBfr >& ' -~.-. ¥.&£.-_. ··as· FSA Cooperative Purchasing Program 2017·2018 Page 37 fUOR80A SIHIER~ffS ASS<Ol<C1A18<OlN Coco>perattove iPurchasing iProgram Contract Terms and Conditions Rev8-4-2017 3.27 INSPECTION AND ACCEPTANCE It is the responsibility of the Purchaser to inspect a vehicle for any damages. Each Purchaser shall make a good faith effort to inspect the vehicles or equipment before or at the time of delivery for acceptance. One (1) day is the suggested period for inspection. However, if reasonable accomodations for inspection cannot be made upon delivery, the Purchaser may have up to three (3) days to inspect the vehicle or equipment for acceptance. Inspection and acceptance will be at the 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 deli.vered with the vehicle. Purchasers are to inspect the vehicle and compare bid specifications, purchase order and manufacturer's window sticker or manufacturer's invoice to ensure vehicle meets or exceeds the requirements of the technical bid specifications and the submitted purchase order. Purchasers should inspect the vehicle for physical damage. Delivery of a vehicle to a Purchaser does not constitute acceptance for the purpose of payment. Final acceptance and authorization of payment shall be given only after a thorough inspection indicates that the vehicle meets contract specifications and the requirements listed below. Should the delivered vehicle differ in any respect from specifications, payment can be withheld until such time as the Vendor completes the necessary corrective action. Units shall be delivered with each of the following documents completed or included: 1. Copy of Customer's Purchase Order 2. Copy of the applicable Vehicle Specification 3. Copy of Manufacturer's Invoice or Window Sticker. Prices may be deleted from the manufacturer's invoice. 4. . Copy of Pre-Delivery Service Report 5. Warranty Certification 6. Owner's manual 7. If the Vendor does not provide the tag and title, then the DHSMV 82040 (Application for Certificate 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 of the Vendor. Reasonable administrative costs for obtaining temporary tags, tag transfers, and new tags are permitted and can be negotiated between the Purchaser and the Vendor. All additional costs associated with obtaining, filing and shipping of * -e·· . * .F _ FSA Cooperative Purchasing Program 2017-2018 Page 38 FLORIDA SHERIFIFS ASSOCIAT~ON Cooperative PUJI"chasing Program Contract Terms and Conditions Rev8-4-2017 tags shall be disclosed clearly in the comments section below the applicable option. Administrative costs can include convenience fees, cost reimbursements for filing, obtaining or delivery of tags, or any costs over the original purchase price. 3.29 INVOICING AND PAYMENTS Invoicing and payments shall be the responsibility of the Vendor and Purchaser placing orders using this contract. Vendors must invoice each Purchaser independently. A Purchaser has three (3) working days to inspect and accept the vehicles or equipment. The Vendor shall be paid upon submission of invoices to the Purchaser after satisfacory delivery and acceptance of the vehicles and/or equipment. The Local Government Prompt Payment Act will apply to ensure timely payment of Vendor invoices. The Local Government Prompt Payment Act is defined in Sections 218.70-218.80 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 render 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 remedy the defect, or be responsible for reimbursing the manufacturer's local authorized dealer or other service provider to remedy the defect. Such service or adjustments shall be initiated by the Vendor within 48 hours after notification by a Purchaser, not to include weekends and holidays. Delivery will not be considered complete until all services or adjustments are satisfactory and the vehicle or equipment is redelivered. The provisions of the 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 BCe PO 12345.pdJ WE -. g. + -. ,~ a .& -~-. -. & FSA Cooperative Purchasing Program 2017-2018 Page 39 fLOIRu)A SHIEfUIFIFS ASSOCiATiON Coopell'aJthue Purchasing Pmgrram 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 not adhere to the required format or are not complete of all purchase orders will be returned to the reporting Vendor for correction of deficiencies. All quarterly reports are to be sent to coop@flsheriffs.org. Quarterly Reports must be complete with the name of the dealer and the date. For example, "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 15th day of the month following the end of the quarter. Quarterly reports should follow this schedule: Quarter 1: October 1-December 31 Quarter 2: January 1-March 31 Quarter 3: April 1-June 30 Quarter 4: July 1-September 30 Q1 Report Due: January 15 Q2 Report Due: April 15 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 w"iII be accompanied and supported by a Quarterly Report. Dealers are to include three quarters of one percent (.0075) to the base bid prices. The fee should be incorporated into the price at the time of bid submission This fee should also be included on all add options. It should never be listed as a separate line item on any purchase order. The administrative fee is based on the total purchase order amount of new vehicles or equipment. This fee excludes any value given to Purchasers for trade-ins. Trade-ins, extended warranties and other exchanges 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. -@--? d ;. ,---+. -s· , FSA Cooperative Purchasing Program 2017-2018 Page 40 FLOR~DA S~IEIFUFFS ASSOC!Al~ON Cooperative Pl!.m:lhlaslng Program Contract Terms and Conditions Rev8-4-2017 All participating Vendors will be responsible for making sure that the FSA Cooperative Purchasing Program Administrator has the contact e-mail address 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: Florida Sheriffs Association Cooperative Purchasing Program 2617 Mahan Drive Tallahassee, FL 32308 3.34 FINES £ 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 16th day following the end of the quarter. If a civil action is initiated by the FSA to recover administrative fees or fines as set forth in this section and Section 3.33, the prevailing party shall be entitled to its reasonable attorneys' fees and costs incurred in the litigation. Venue shall lie in the appropriate court in and for Leon County, Florida. When quarterly reports are late, fines 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 .+ --E+ 4 ~.b . . * $25.00 per day $100.00 per Purchase Order .0075 of the sales price plus 1.5% each month following the delivery date. 85 e '" FSA Cooperative Purchasing Program 2017-2018 Page 41 "++= . flORIDA SHIEIR~IFIFS ASSOC~Al~ON COOlpera1:ove Plmcll'ialsDlnlg Pmgrralm Contract Terms and Conditions Rev8-4-2017 Addendum A AOD'ida Sheriffs Association Cooperative Pull'Chasing Prrogram Vendor Changce Il)oc:umem Pleas/! a>mp/ete this form to volldote 0 fW/U8Sfed duJfI(JfI to CDmpa11Jl Addresses. Contacts OF Contoct information below. Include aR sectJans whflflll<lformatlon /uu cIIang«I. DId and /19111. Old In/Drmtlflon Old Company Name: New Company Name: Old Company Address: New Company AcldR!SS: Old Company City: New Company City: Old Company State: Old Company Zip: New Company Zip: Old Contact Name Iflrst. Last): New Contact Name (First. Last): Old Contact !:·Malt New Contact f·Malt Old Contact OffIce Phone: New Contact Office Phone: Old Contact Mobile Phone: New Contact Mobile Phone: Old Contact Fax Phone: New Contact Fax Phone: This Information Is requeSted by an authorized representative of ____________ __' This request will take effect a5 soon as It 15 received by FSA by e-maillng to cooP@fI5heriffs.oll!. Name of Authcrized Company Repre5entative _______________ _ Job Title, __________ _ Date of Request _________ _ Authorized Company Repre5entative S1gnatlB'e: _________________ _ I FSAOfflce U5e: Change Effective: FSAAcent: * FSA Cooperative Purchasing Program 2017-2018 & Page 42 +. a FILORiDA SHERIFFS ASSO)(C~ATHOlN CoOpelratHve IPUlwtihasirng Program Contract Terms and Conditions Rev8·4·2017 Addendum B FSA CONTRACT ZONE MAP WESTERN \li'ESTERN I!.4.Y CALHOUN DIXIE FSCAMBL4. FRANKILIN GADSDEN GULF HOLMES JACKSON JEFFE..IlSON L4.FA'I{ETI'E LEON tiBERIT MADISON OKAl.OOSA Sk'l,;TAROSA TAYLOR WALTON ' .... Ak'U'...lJl. W.o\SHINGTOX CENTRAl. BREVARD CITRL"S DESOTO HARDEE HER."\ANDO HIGHLA!.XDS Hli..LSBOROUGH iNDIAN RIVER LAKE JI,[ANATEE OIlCEECHOBElE ORk'\G£ OSCEOLA PASCO PiNEli.AS POLK ST.LUCrn SARASOTA S£.\UNOLE SL"JI,ITER NORl'HER."i ALAcm.:A BAKER BRADFORD CUY COLUMilL4. DUVAl. FLAGLER GILCHRIST HAJl,m.TON LEVY MARiiON NASSAI; PL"TNA.'>f ST.)OHNS SUWA.I\E UNION VOLUSIA SOl.lTHElL"\ BRm\'ARD CHARlOTTE COllIER GUDES HENDRY LEE M.!\RTIN MIAJI,U-DADE MONROE PALM BEACH 5+ CENTlR.1U. SOUTHERN l * .. FSA Cooperative Purchasing Program 2017·2018 NORTHlERN Page 43 FILOR~[)A SHlElfWFfFS ASSOC~AT~ON COOlPlelraJ1l:o\¥e IfillUlO"c:hasoll'llg Program Contract Terms and Conditions Rev8-4-2017 AddendumC C(()NIF~IRMAT!(()N OF ORDER !Florida Sheriffs Assodaltiol'll " Florida Assodatuoll1l of COlUlll1lties CAB 4\ CHASSIS TRUCKS & (Q)1lII1ER FLIEEr !EQUIPM!ENT B~[Ol i\!IO. IDOOOOOOOO( 14 Confirmation of Order form shall be completed by the Vendor and rebilmecil 'iD the Purchaser 14 calendar days from receipt of purchase order without notification by the Purchaser. TO !BE COMPLETED BY DEAIl.ERSHDP: Dealership: __________ _ Address: __________ _ City:, ___________ State: _______ Zip: _____ _ Contact Person: Phone Number: Fax: Specification No. ____ Type Vehicle:, _______________ _ Purchase Order Number: ________ Purchase Order Received: _____ .. ___ '._ Order Was Placed With the Manufacturer on: Under Production Number: ----.--.. ---.---------------------.----- Delivery should occur within ___ calendar days after receipt of Purchase Order. A Copy of the Required Production Sheet(s) are Attached for Your FOes. Comments: --------------------------- ~~: ------------------------------------------ ConuctPerson: _______________________ _ Addre~: _________________________ _ CJty: ___________ State: _______ Zip: _____ _ Phone Number: ___________ Fax: ___________ _ E-mail: A copy of this form should be attached and submitted with the Purchase Order as the last page. 5& FSA Cooperative Purchasing Program 2017-2018 Page 44 PageToIal fLOlRmA SHIERiffS ASSOCIATION CotOJperatoYe PlUlfchasing Progrram Contract Terms and Conditions Rev8-4-2017 Addendum D [INSERT DEALERSHIP NAME HERE] (l85e1t Tab-HeadlN Edit) QUARTERLY REPORT for BID '# [Enter Bid Number] Effective Dates: Oct. 1, 2017 thru September 30, 2018 Total PO PO# Qty. S]!II!C. # Vehicle Type PO Date Amount $ Admin. Fee $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ Fees and reports are due no later than the 15th of the month following quarter end. e . r_+e¥ -REB FSA Cooperative Purchasing Program 2017-2018 Page 45 ATTACHMENT B CONTRACT FOR POLICE RATED, ADMlINI§1fRA 'fIVE, UTiLITY VEIDCL1ES, TRUCKS AND V AN§ ® CONTRACT PRICE, SPECiFICATION #06 ® CITY OF SOUTH MIAMI QUOTATION AND SJP'ECIlFICA T)[ON§ Thomas F. Pepe -01-11-16 All Aboul Florida FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES }FORD INTERCEPTOR. POLICE RATED UTILiTY ~ A WD SPlECIFICA TKON #6 The Ford Interceptor Utility (K8A) 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 $26,901.00 * Northern $27,083.00 * Central $26,869.00 * Southern $26,997.00 While the Florida Sheriffs Association and Florida Association of Counties have attempted to identify and include those equipment items most often requested by participating agencies for full size vehicles, we realize equipment needs and preferences are going to vary from agency to agency. In an effort to incorporate flexibility into our program, we have created specific add/delete options which allow the purchaser to tailor the vehicle to their particular wants or needs. The following equipment delete and add options and their related cost are provided here to assist you in approximating the total cost of the type vehicle(s) you wish to order through this program. Simply deduct the cost of any of the following equipment items you wish deleted from the base unit cost and/or add the cost of any equipment items you wish added to the base unit cost to determine the approximate cost of the type vehicle(s) you wish to order. NOTE: An official listing of all add/delete options and their prices should be obtained from the appropriate dealer in your zone when preparing your order. Additional add/delete options other than those listed here may be available through the dealers, however, those listed here must be honored by the dealers in your zone at the stated prices. 82 VElIIHClLE: DE AlLER: .zONlE: BASlE PlRlICE: Order Code 16D 1 16D 2 16D 3 D51Y 1 D51y 2 D51Y 3 D153 1 D153 2 DI53 3 85D 1 85D 2 85D 3 Ordler Codle Interceptor Utility (K8A) Duval Ford Duval Ford * Western *Northern $26,901.00 $27,083.00 Delete Options Badge delete (police Interceptor Badge Only) Driver's Side Spotlight Front License Bracket Prestige Ford * Central $26,869.00 * Front Console Plate -Delete Not available with option 67G, 67H, 67U, 85R * New for this model year Add Optnollls Western Alan Jay Ford Lincoln *Southem $26,997.00 & Northern Central Southern NC 3 Nd NC2 $50.00 1 $100.00 2 ($50.00)3 Western 8£ NortherJll Ce!IlltrlllH SOllltber!Ill Options are to be discounted be~ow 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~s and Conditions, Section 2.14 Option Pricing. 99T 1 99T 2 99T44C 3 41H 1 41H2 41H 3 90D 1 90F 2 90D 3 3.5L V6 Ecoboost Engine Upgrade (131 mph Top Speed), includes 44c transmission 1 3.5L V6 Ecoboost Engine with 6-speed automatic transmission 3 Engine block heater Ballistic door panels -drive front door Tested and meets the requirements o/NU Standard 0108.01 Level III: 7.62 x51 mm 9. 7g M80 (.308 Winchester 150gr) Per LAPD requirements, they 're also designed to withstand special threat rounds: 7.62 x 39 mm MSC 7.9g (Iype 56) 5.56 x 45 mm M193 3.36g 5.56 x 45mm M855 4g. FOR LEVEL IV 90F USE 2414. Tested and meets the requirements a/NIl Standard 0108.01 Level IV: .30-06 M2 AP J66gr (7.62 x 63 APM2 10.8g). Designed to withstand special threat rounds: 7.62 x 54R LPS 9.65g 7.62 x 51 mm M61 9,75g (308 Winchester 150.517) In addition, Level IV+ includes a/l a/the NU LevelllI and LAPD rounds lis/eli LEVEL 4 2 $3,294.00 1 $3,290.002 $3;294.00 3 $89.00 1 $89.00 2 $89.00 3 123 $1,584.00 $2,414.00 $1,584.00 83 VEHICLE: DEALER: ZONE: BASlE PRICE: 90E I 90G 2 90E 3 63V I 63V 2 63V 3 67G I 67G 2 67G 3 66A I 66A 2 66A 3 65U I 65U 2 65U 3 Interceptor Utility (K8A) Duval Ford *Western $26,901.00 Duval Ford * Northern $27,083.00 Ballistic door panels -driver & passenger front doors Prestige Ford * Central $26,869.00 Tested and meets the requirements of NlJ Standard 0108. 0 1 Level Ill. 7. 62 x 51 mm 9. 7g M80 (308 Winchester 150gr) Per LAPD requirements, they're also designed to withstand special threat rounds: 7.62 x 39 mm MSC 7.9g (I'ype 56) 5.56 x 45 mm M193 3.36g 5.56 x 45mm M855 4g. FOR LEVEL IV 90G USE 4829. Tested and meets the reqUirements of NIl Standard 0108.01 Level IV: .30-06 M2 AP 166gr (7.62 x 63 APM2 10.8g). Designed to withstand special threat rounds: 7.62 x 54R LPS 9.65g 7.62 x 51 mm M6J 9.75g (308 Winchester J50.5gr) In addition. Level IV+ includes all of the NIJ Level III and LAPD rounds listJd LEVEL 4 2 Cargo Storage Vault (includes lockable door)NOTE: Not available with Aux. Air Conditioning (17 A) FOR Selina Weapons Vault, use $1436 I Cargo Wiring Upfit Package-Rear console plate (85R) -contours through 2nd row; channel for wiring-Wiring overlay harness with lighting and siren interface connections-Vehicle Engine Harness:? Two (2) light connectors -supports up to six (6) LED lights (engine compartment)? Two (2) grille light connectors? Two (2) 50 amp battery ground circuits in right hand rear-quarter power distribution junction block? One (1) 10-amp siren/speaker circuit (engine to cargo area)-Whelen Lighting PCC8R Control Head-Whelen PCC8R Light Relay Center (mounted behind 2nd row seat)-Light Controller / Relay Center Wiring (jumper harness)-Whelen Specific Cable (console to cargo area) Connects PCC8R to Control Head-Pre-wiring for grille LED lights, siren and speaker (60A)- Does "not" include LED lights? Recommend Police Wire Harness Connector Kits 47C and 21PNote: Not available with options: 65U, 67Hand 67U · Front Headlamp Lighting Solution-Includes base LED Low beam/Incandescent (Halogen) High beam headlamp with High · Beam Wig-wag function and two (2) white rectangular LED side warning lights-Includes pre-wire for grille LED lights, siren and speaker (60A}-Wiring, LED lights included. Controller "not" includedNote: Not available with option: 67HNote: Recommend · using Cargo Wiring Upfit Package (67G) or Ultimate Wiring Package (67U) Alan Jay Ford Lincoln *Southem $26,997.00 I 2 3 $3,169.00 $4,829.00 $3,169.00 $244.00 I $244.00 2 $244.00 3 I 2 3 $1,339.00 $1,329.00 $1,339.00 $849.00 1 $849.00 2 $849.00 3 Front Headlamp / Police Interceptor Housing Only-Pre-drilled hole $124.00 I $124.002 $124.00 3 for side marker police use, does not include LED installed lights (eliminates need to drill housing assemblies}-Pre~molded side warning LED holes with standard twist lock sealed capability (does not include LED installed lights) Note: Not available with options: 66A and 67H Interior Upgrade Package-1st and 2nd Row Carpet Floor Covering-Cloth Seats -Rear -Center Floor Console less shifter w/unique Police console finish plate -Includes Console-Top Plate -Finish 3 (incl. 2 cup holders) -Floor Mats, front and rear (carpeted) -Deletes the standard console mounting plate (85D)Note: Not available with options: 67G, 67H, 67U $389.00 1 $389.00 2 $389.00 3 84 VEHICLE: DEALER: ZONE: BASE PRICE: 60A 1 60A 2 60A 3 66B 1 66B 2 66B 3 66C J 66C 2 66C 3 18X 1 18X 2 18X 3 61R I 61R 2 61R 3 61S J 61S 2 61S 53M 3 Interceptor Utility (K8A) DuvafFord * Western $26,901.00 Duval Ford *Northern $27,083.00 Prestige Ford * Central $26,869.00 Alan Jay Ford Lincoln '*Southem $26,997.00 Perimeter Anti-Theft Alann-Activated by hood door or liftgate. $1l9.00 1 $119.00 2 $124.00 3 REQUIRES Key Fob (595) Perimeter Anti-Theft Alarm -Activated by Hood. Door or Liftgate -Requires Key Fob (55F) Note: Cannot be ordered with Keyed-Alike options 1 Pre-wiring for grille lamp $49.00 1 $49.002 $49.00 3 Tail Lamp Lighting Solution-Includes base LED lights plus two $424.00 1 $424.002 $424.00 3 (2) rear integrated hemispheric lighthead white LED side warning lights in tail lamps-LED lights only. Wiring, controller "not" included Note: Not available with option: 67H Recommend using Cargo Wiring Up fit Package (670) or Ultimate Wiring Packilge (67U) 3 Ready for the Road Package:AII-in Complete Package -Includes Police Interceptor Packages: 66A, 66B, 66C, plus -Whelen Cencom Light Controller Head with dimmable backlight-Whelen Cencom Relay Center I Siren I Amp wlTraffic Advisor (mounted , behind 2nd row seatr Light Controller I Relay Cencom Wiring , (wiring harness) w/additional input/output pigtails-High current . pigtail-Whelen Specific WECAN Cable (console to cargo area) : connects Cencom to Control Head-Pre-wiring for grille LED j lights, siren and speaker (60Ar Rear console plate (85R)- contours through 2nd row; channel for wiring-Grille linear LED Lights (Red I Bluer 100-Watt Siren I Speaker-Hidden Door-Lock . Plunger I Rear-Door Handles Inoperable (52Pr Wiring Harness:?Two (2) 50 amp battery and ground circuits in RH rear-quarter Note: Not available with options: 66A; 66B; 66C; 67G, 67U Rear Lighting Solution-Includes two (2) backlit flashing linear high-intensity LED lights (driver's side red I passenger side blue) mounted to inside liftgate glassr Includes two (2) backlit flashing linear high-intensity LED lights (driver's side red I Passenger side blue) installed on inside lip of liftgate (lights activate when Iiftgate is openr LED lights only. Wiring, controller "not" included Note: Not available with option: 67H Recommend using Cargo Wiring Upfit Packilge (670) or Ultimate Wiring Packilge (67U) 3 100 watt siren/speaker included in 67h 1 RemappabJe (4) Switches on steering wheel (less SYNC) Requires digital Siren/light controller. 3 Remappable (4) Switches on steering wheel (with SYNC) (4) remappable switches with SYNC -or -(53M -SYNC basic voice activated communications system includes single USB and single awcjack $294) 3 123 $3,414.00 $3,414.00 . $3,414.00 $454.00 1 $454.00 2 $454.00 3 $299.00 1 $299.00 2 $299.00 3 $154.00 I $154.00 2 $154.00 3 $154.00 1 $154.00 2 $448.00 3 85 VlE1H[J[CLlE: Interceptor Utility (K8A) DlEALER: Duval Ford Duval Ford Prestige Ford Alan Jay Ford Lincoln ZONlE: * Western *Northern * Central * Southern BASlE PRIClE: $26,901.00 $27,083.00 $26,869.00 $26,997.00 85R 1 Rear Console PlateNOTE -Not available with option 65U, 85D $34.00 1 $34.00 2 $34.00 3 85R 2 included in 67g, 67h. 67u 1 85R 3 55F 1 Remote Keyless Entry Key Fob (w/o Keypad, less PATS)NOTE: $339.00 1 $339.00 2 $339.00 3 595 2 Not available with keyed alike. 55F 3 Remote Keyless-Entry Key Fob (wlo Keypad. less PATS) -(includes 4-key fobs) Note: Available with Keyed Alike. however. key fobs are "not" fobbed alike when ordered with Keyed-Alike 1 Remote Keyless-Entry Key Fob (includes 4-key fobs) -add -(FOB -additional remotes $220. each.) 3 47C 1 Police Wire Harness Connector Kit -FrontFor connectivity to Ford $104.00 1 $104.00 2 $104.00 3 47C 2 PI Package solutions includes:· (2) Male 4-pin connectors for siren· 47C 3 (5) Female 4-pin connectors for lighting/siren/speaker· (1) 4-pin IP connector for speakers· (1) 4-pin IP connector for siren controller connectivity· (1) 8-pin sealed connector· (1) 14-pin IP connectorNote: See Upfitters guide for further detail www.fordpoliceinterceptorupfit.com 21P 1 Police Wire Harness Connector Kit -RearFor connectivity to Ford $129.00 1 $129.00 2 $129.00 3 21P 2 PI Package solutions includes:· (1) 2-pin connector for rear 21P 3 lighting· (1) 2-pin connector· (6) Female 4-pin connectors· (6) Male 4 pin connectors· (1) IO-pin connectorNote: See Upfitters guide for further detail www.fordpoliceinterceptorupfit.com KEY 1 Additional Key(s) or Key Fob(s) when applicable. $176.00 1 $195.00 2 Std3 DLR 2 For additional key with FOB add $150 and requires factory option 55f$339 1 KEY AND REMOTE 2 Vehicle comes standard with 4 simple fleet kevs.-add -(FLT KEY -Additional fleet 3 . keys. $125 each.) 17A I Auxiliary air conditioning $609.00 1 $609.00 2 $609.00 3 17A 2 Note: Not available with Cargo Storage Vault (6311 1 17A 3 16C 1 Carpeted floor covering $124.00 1 $124.00 2 $124.00 3 16C 2 1 st and 2nd row carpet floor covenng (inc/. floor mats. front and rear). included in 16C 3 65u. FOR RUBBER ALL WEATHER MATS USE $140 1 43D 1 Courtesy lamp disabled $19.00 1 $19.00 2 $19.00 3 43D 2 Dark Car Feature -Courtesy lamps disabled when any door is opened Note: Not 43D 3 available with Daytime Running Lamps (942) 1 17T 1 Dome lamp -red/white rear $49.00 1 $49.002 $49.00 3 17T 2 17T 3 59* I Fleet key, keyed alike $49.00 1 $49.00 2 $49.00 3 59E 2 SPECIFY WHAT FLEET CODE YOU USE; 5ge is code 1435x. 59b is code 1284x. 59E 3 59d is code 0135x. 59fis code 0576x. 59) is code 11 11x. 59c is code 1294x, 59g is code 0151x. Please select and add to purchase order Keys (Note: Can be ordered with Remote Keyless-Entry -55F; Not available with Perimeter Anti-Theft Alarm 593) 1 NIA REMOTE KEYLESS 2 Includes 1435X, also available: 59B includes 1284X 59D includes 0135X, 59F includes 0576X, 59J mcludes 11 I IX, 59C includes 1294X, 59G mcludes 015 IX 3 86 VEHIClLE: . Interceptor Utility (K8A) DEAlLER: Duval Ford Duval Ford Prestige Ford Alan Jay Ford LincoIn ZONE: * Western * Northern * Central * Southern BASE PRICE: $26,901.00 $27,083.00 $26,869.00 $26,997.00 16C 1 Floor mats colored keyed to carpet $124.00 1 $124.00 2 NA3 16C 2 1st and 2nd row carpet floor covering (inc/. floor mats, {ront and rear). included in 65u. FOR RUBBER ALL WEATHER MATS USE $140 (Included and only available with 16C) 3 60R 1 Noise suppression bonds $99.00 1 $99.00 2 $99.00 3 60R 2 60R 3 68G 1 Rear door handles & locks inoperative $34.00 1 $34.00 2 $34.00 3 68G 2 68G 3 18W I Rear window switches inoperative $24.00 1 $24.002 $24.00 3 18W 2 18W 3 TREMl Tremco anti-theft -foot activated, dealer installed $219.00 1 $250.00 2 $249.00 3 DLR 2 Product Specifications The Anti-Theft system will turn on automatically every time TREM3 the vehicle shift lever is placed in the "park" position. The system shall not require a key or switch to activate, since quick departures are common in police procedures. This technology enhances 100% usage. I 51Z I Right-hand pillar mounted 6" spotlight with clear halogen bulb, $283.00 1 $279.00 2 $299.00 3 51Z 2 . factory installed 51Z 3 Includes spotlight delete d51y I : Factory right hand Unity incandescent spot lamp includes D-5IY. (5IS -Factory left and right hand Unity LED spot lamps, includes D-51 Y $569.) 3 68Z I Roof rack side rails -black $154.00 1 $154.002 $154.00 3 68Z 2 68Z 3 47A.SFST I SafeS top vehicle anti-theft -key activated or emergency lights $259.00 1 $250.00 2 $299.00 3 DLR 2 activated, plug-&-play for most Ford and Chevy fleet vehicles, SAFE 3 dealer installed in 20 minutes or less FOR THE FORD OPTION 47A Police Engi~ Idle feature -This feature allows you to leave the engine running and prevents your vehicle from unauthorized use when outside of your vehicle. Allows the key to be removedfrom ignition while vehicle remains idlingl BUC I Backup "hot" camera with 3.5" LCD (rear mounted camera to $695.00 1 $650.00 2 NA BUC 2 provide wide angle field of surveillance at rear of vehicle) -Dealer installed The BlackVue DR650S-2CH is a reliable and ideal dual-channel car dashcamfor motorists who want to record driving scenes from both front and rear windows. The main camera, mounted on the front windshield, captures the entire road ahead. The rear camera, attached to the rear window. records what's behind you. The two cameras are connected with a high-quality coaxial cable and both record to the same microSD card. Built-in WiFi allows you to communicate with the dash cam via the free BlackVue App on your smartphone or tablet giving you the ability to watch recorded or live video without taking out the microSD card. A compact and sleek body in matte black makes it unnoticeable and its placement on the windshield does not affect the drivers vision. http://www.rvssystems.coml2-channel-3 2gb-dash-camera-by-blackvue. htmll Body side moldings NA NA NA Chrome grille NA NA NA 87 VEHICLE: DEALER: ZONlE: BASE PRIClE: 19L 1 19L 2 19L 3 91A 1 91A 2 91A 3 91C 1 91C 2 91C 3 2Tone 1 DLR 2 D2T 3 76R 1 76R 2 76R 3 68z 1 68Z 2 651 1 64B 2 64B 3 HAVIS 1 96T 2 CC-FDPI-14 3 TroyProducts I 96W 2 CM-Ul\1NT-SA-LED 3 Interceptor Utility (K8A) Duval Ford * Western $26,901.00 Duval Ford *Northern $27,083.00 Lockable gas cap for easy fuel capless fuel-filler Prestige Ford * Central $26,869.00 Two-Tone Vinyl Package #1 (roofvinyl; RHlLH front doors vinyl; RHlLH rear doors vinyl -not available with order cods 91B, 91C, 910) (Not available with the following options: 91C, 91D, 91£, 91F, 91G, 91J) 3 Two-Tone Vinyl Package #2 (roof vinyl; hood vinyl -not available with order codes 91A, 91C, 9lD) · Discontinued -substitute -(91 D -Police vinyl word wrap -white -non-reflective on both sides of vehicle $794) -or -(91 E -Police vinyl word wrap -black- non-reflective on both sides of vehicle $794) -or -(91 F -Police vinyl word wrap - · white -reflective on both sides of vehicle $794) -or -(91 G -Sheriff vinyl word wrap -white -non-reflective on both sides of vehicle $794) 3 Two-Tone Vinyl Package #3 (roof vinyl; RHlLH front doors only vinyl -not available with order codes 91A, 9lB, 9lD) (Not available with thefollowing options: 91A, 91D, 91E, 91F, 91G, 9IJ) 3 Two-tone paint (dealer installed) Specifically for doors to be white only. Send pictures of your current paint scheme. 1 Dealer installed 2-tonefaint to include 4-doors and roof A,B,C pillars and mi";'os to · remain factory paint. Reverse sensing Rear proximity sensors for collision avoid 1 Factory reverse sensing system. -and -(55B 54Z -BLlS blind spot monitoring system with cross traffic alert $544) 3 Roof mounted luggage rack, no center cross beams Wheel covers Wheel Covers (18" Full Face Wheel Cover) Note: Only available with the standard Police wheel, not available with 64E 1 18"fullface wheel covers -or -(64E -J8" Painted Aluminum wheels (4) $474) 3 · Optional equipment -specify [OPTION AJ Havis center CONSOLE with cup holder, flip up armrest and triple de outlet plugs. Includes filler plates, Radio and Controller Bracket. Buyer must supply Radio Brandfor proper configuration. $680 [OPTION BJ LAPTOP STAND: Havis laptop base, pole stand, and universal locking laptop tray. Options available USE $725 1 REAR TRAFIC LlGHT FACTORY INSTALLED 2 TRO Y PRODUCTS 14" sloped console with computer deck, Includes floor plate, face plates, 4" internal dual cup holder, 3" shallow tray, (3) DC oUilels, and height adjustable 5"x8" armrest. 3 Optional equipment -specify [OPTION AJ TROY PRODUCTS 14" sloped CONSOLE with computer deck Includesfloorplate andfaceplates. Olher consoles & accessories al46% offmaster price list. 4" dual cup internal beverage holder. 3" shallow console tray DC oUllet with cap, set of three (3). Height adjustable arm rest with 5 "x8"foam pad, bolts to rear of console. $680 [OPTION BJ COMPUTER MOUNT with easy one-handed operation and SWing-arm to accommodate customer supplied docking statIOn. Bolts to TROY console. $375 [OPTION CJ LARGE WINDOW PARTlTIONwllh shding window, crawl-through barrier and weapon recess panel. Includes mounling kit. Partition kick panels wllh bl~,foot pockets. $1296 {OPTION D 1 REAR PARTITION, Alan Jay Ford Lincoln * Southern $26,997.00 $19.00 1 $19.00 2 $19.00 3 $839.00 1 $839.00 2 $839.00 3 $699.00 1 $699.00 2 $699.00 3 1 2 3 $1,396.00 $1,395.00 $1,500.00 $274.00 1 $274.00 2 $274.00 3 $154.00 1 $154.00 2 NA $59.00 1 $59.00 2 $59.00 3 $680.00 1 $1,399.002 $640.00 3 $680.00 1 $1,1l4.002 $435.00 3 88 VElHI][ClLE: DEALER: ZONE: BASE PRICE: MISC OPTIONS 1 63B 2 CC-PI-MC18 3 21L 2 CM-SDMT-SA-LED 3 Interceptor Utility (K8A) Duval Ford Duval Ford Prestige Ford *Westem *Northem * Central $26,901.00 $27,083.00 $26,869.00 square-hole pattern with side airbag compliant mounting kit. $650 [OPTION EJ PLASTIC SEA Twith Officer-Safe seafbelt system. Includes rear partition with square-hole pattern and cargo window side panels $1600 [OPTION FJ WINDOW BARS: driver & passenger welded vertical bar window guards. $500 [OPTION GJ STORAGE VAULT, 40 "Wx32"LxI2H". Includes two (2) lockable draw-tight handles, carpet on topJoam on floor. $1450 [OPTION HJ TILT-UP CARGO mount to allow access to the spare tire withful/-size storage vault. $550 [OPTION IJ TILT-DOWN ELECTRONICS TRAY, mount to the TROY cargo mount. $350 [OPTION JJ COMMAND POST with tilt-up white board and storage drawers. Access to spare tire when mounted on TROY cargo mount. Other command post configurations available $5250 [OPTION KJ TROY PRODUCTS theft-detemnt dual weapon gun mount. Includes butt plates and lock brackets. Large handcuff style gun lock. Includes #2 key and push button. $484 1 WINDSHIELD LIGHT FACTORY INSTALLED 2 TROY products computer U-style mount with easy one handed operation and swing arm, docking station not included. -add -(CM-LT-1500 -TROY products deluxe laptop tray for computer up ta 15" wide x 11.5" high $375.) -or- (CM-UMNT -SA-HA V -TROY PRODUCTS U-styie computer mount with easy one-handed operation and swing-arm to accommodate customer supplied Havis docking station, bolts to TROY console $475.) -and -(UT-IOI -Havis standard universal laptop mount with lock $355.) 3 ; Optional equipment -specify [OPTION AJ DEEP TINT: $385 [OPTION BJ IGUN: Single Gun Rack mount · G5000: Our universally mounted gun rack can be mounted on a partition, on a wire · screen, or can be installed in your trunk All of our steel gun racks come with 8 · second timers but also feature handcuff. straight, or vending key overrides in the even of a power failure. Pro-gard's G5000 series can accommodate multiple weapons and accessories. $395 [OPTION C] 2 GUN: Dual gun mount, g72IO: $436 [OPTION DJ DECATUR RADAR G2S DUAL KA'S $2250 [OPTION FJ INVERTERS: [OPTION IJ TH750 750 Watt Inverter: $400 [OPTION 2J THIOOO 1000 Watt Inverter: $600 [OPTION 3J TH2000 2000 Walt Inverter: $750 [OPTION · 4J TH3000 3000 Watt Inverter $900 [OPTION 5J THOOI Remote Controlfor · THIOOO-TH3000: $68 [OPTION 6J DSI-1211200N Dimensions 1200 watt Pure Sine Wave: $1764 [OPTION 7J DSI-1211500N Dimensions 1500 watt Pure Sine Wave: $2170 [OPTION 8J DSI-1212400N Dimensions 2400 watt Pure Sine Wave: $3164 [OPTION 9J DSI-1213000N Dimensions 3000 watt Pure Sine Wave: $3514 [OPTION 10J DSI-REMOTE Remote controlfor Dimensions: $224 [OPTION GJ SAFETY: First Aid Kit, Fire Ext, Safety road hazard LED's $5251 SIDE MIRROR LIGHTS FACTORY LIGHTS 2 TRO Y PRODUCTS 18" L-shaped vehicle specific console includes floor plateJace plates, 4" internal dual cup holder, 3" shallow tray, (3) DC outlets, and height adjustable 5 "x8" armrest. 3 FRONT AUXWARNING LIGHTS FACTORY INSTALLED 2 TRO Y Products side computer mOllnt with easy one-handed operation and swing-arm to accommodate customer supplied Troy docking station, bolts to console. -add -(CM-LT-1500 -Troy Products deluxe laptop tray $340) -or- (CM-SDMT-SA-HAV -TROY Prodllcts side computer mount with easy one-handed operation and swing arm to accommodate customer supplied Havis docking station, bolts to console $520.) -add -(UT-IOI -Havis standard universal laptop mount with lock $255.) -upgrade -(SL -upgrade either side computer mOllnt stands to include swing arm & slide feature, add $110.) 3 Alan Jay Ford Lincoln *Southem $26,997.00 $385.00 1 $289.00 2 $785.00 3 $639.00 2 $460.00 3 89 VElH[]!CLE: DEALER: ZONE: BASE PRlfCE: Fuel Saver 1 63L 2 3 CP-UV-CAROO-MNT GR5 1 DLR 2 GR5000 3 LAGUNAPS 1 DLR 2 LS3P 3 PGPS 1 DLR2 PG2600 3 SPB12 1 DLR 2 PB12 3 SPB16 1 DLR 2 PB16 3 Interceptor Utility (K8A) Duval Ford * Western $26,901.00 Duval Ford * North em $27,083.00 Optional equipment -specify Prestige Ford * Central $26,869.00 Derive Efficiency's fuel economy program is developed to maximize the fuel economy of your fleet. This program contains hundreds of precise changes in key areas of the vehicle calibration. By optimizing these parameters. you can reduce your vehicle's average fuel consumption by up to 12% annually. Speed Limiter: The speed limiter option allows you to set a vehicle 's maximum speed. 1dle RPM: Idle RPM levels can be reduced by 10%. 20% or 30%. Throttle Response: Optimize the electronic throttle control to moderate acceleration levels. Active Fuel Management: Optimize the various stages of active fuel management (also called displacement on demand). which will active and deactivate cylinders on the fly based on the vehicle's power requirements. Transmission: Optimize the transmission shift points by shifting the transmission at lower engine speed levels and lock the torque converter to rear-wheels at lower vehicle speeds. 1 REAR QUARTER GLASS LIGHTS FACTORY INSTALLED 2 TROY PRODUCTS tilt-up cargo mount to allow access to the spare tire with full-size storage vault. -and -(CP-GB403212-TL -TROY products storage vault. 40"Wx32''Lx12H''. Includes two (2) lockable draw-tight handles. carpet on top. foam on floor $1640.) -and -(AC-VV-TRAY-H -TROY products tilt-down electronics tray. mounts to the TROY cargo mount $390.;3 Go Rhino 5000 Series Push Bumpers Go-Rhino 5000 series Road Defender steel push bumper. 3 Rear Transport Seat -Laguna System 3P Hygienic and Easy to Clean-3PX-TREME Construction-Easy Installation -Standard Black Seat-Quicker suspect loading due to increased room. -Quicker. safer and more thorough biohazard cleanup. -No need to search for dangerous contraband or missing evidence. Instead of reaching towards the middle of the Compartment to latch a prisoner in. the Laguna Belt system latches in on the door side of the vehicle. The belts have an installed magnet attached to them to latch on the partition for a easy grab when seat belting the prisoner in. WWWLAGUNA3P.COM 1 REQUIRES REAR PARTITION 2' Laguna LS3P transport seat with standard placement belts and rear partition. -or - (LS3P-RB Laguna LS3P transport seat with ready buckle and rear partition $1855.) 3 Rear Transport Seat -Pro Gard 6000 Series Rear Transport Seat and rear cage steel or poly 1 INCLUDES REAR CAGE 2 Progard transport seat with rear partition. -or -(PS-FDVV-OS-R -Troy products rear transport seat with officer safe buckles and rear partition with side window screens $1855.) 3 Rear Transport Seat with extended seat belt -Patriot PSCV I DOOR & WINDOW -(WG-FDVV-SET -TROY window barriers only $345.) -add- (ADP -Setina aluminum door panel $255.) 3 Setina PB 100A12 -12" Aluminum Push Bumper Setina PB 1 OOA 16 -16" Aluminum Push Bumper Alan Jay Ford Lincoln * Southern $26,997.00 $569.00 1 $550.00 1 1 $1,445.00 $574.00 2 $530.00 3 $895.00 2 $640.00 3 $995.00 2 $1,690.003 1 2 3 $1,445.00 $1,595.00 $1,860.00 NA NA $550.00 1 $595.00 2 $530.00 3 $580.00 1 $695.00 2 $540.00 3 90 VEJEHCLE: DEALER: ZONE: BASE PruCE: SPB 1 DLR 2 PB300-T 3 P2600 1 DLR 2 SSS 1 DLR 2 SS-T 3 lOS XL 1 DLR2 10S-T 3 REAR CAGE 1 DLR 2 12V 3 K9 1 DLR2 EZRIDER 3 Interceptor Utility (KSA) Duval Ford * Western $26,901.00 Duval Ford *Northern $27,OS3.00 Setina PB300 Push Bumper Prestige Ford * Central $26,869.00 Selina BodyGuard PB300 Push Bumper? or ? (PB400?T? Selina BodyGuard PB400 Aluminum Push Bumper $635) .? or ? (pB450L2?T Selina BodyGuard Push Bumper wilh (2) buill in LED's $1265)) ? or? (pB450L4?T Setina BodyGuard Push Bumper with (4) built in LED's $1655) (For lighted push bumpers, specify LED color ie red, blue. amber, white) 3 . Pro-Gard P2600 Series Polycarbonate (Lexan) Cage with sliding window, fuII width lower extension panel, dealer instaIIed Alan Jay Ford Lincoln *Southem $26,997.00 $550.00 1 $795.00 2 $685.00 3 $775.00 1 $1,295.002 NA Setina 8S Lexan cage with 112 lexan and 112 expanded metal with $775.00 1 $995.00 2 $1,205.003 full lower extension panel, dealer installed For recessed panel add $130. For gunlock add $385. This item qualifies for package pricing. Slationary Model with 1/2 Polycarbonate & 1/2 Expanded Metal Window' 2-Piece Stationary Window Design· 1/2 Vinyl Coated II-Gauge Expanded Metal and 1/2 Coated Scratch-Resistant Polycarbonate or Clear Uncoated Polycarbonate Window' Rubber Padded Vertical Window Support Bars' Steel Seat Back Protector Panel· Rugged Zinc-Free Powder Coat Finish 1 Setina model #8 stationary window with 1/2 vinyl coated expanded-metal and 1/2 polycarbonate window and lower extension panel. -or -(8S-RP-T Setina model #8 stationary window with 1/2 vinyl coated expanded metal and //2 polycarbonate window with recessed panel option and lower extension panel $1360.) -add - (DVPM? Setina universal XL dual weapon vertical/partition mounted $655.) 3 · Setina #10 Series Lexan Cage with sliding window, fuII width lower · extension panel, dealer installed Setina Extended legroom prisoner partition. Offered with Horizontal Sliding. Inquire about stationary window options. Recessed weapon storage panel and Extensions panel included. This item qualifies for package pricing. "XL" XTRA LEGROOM Modified steel framework provides strength with no leg obstructions for · maximum design strength. Enlarged passenger side back panel recess also provides additional leg and foot room that prevents foot entanglement and offers maximum leg room for both officer and prisoner. 1 · Setina model #1 O-S partition with horizontal sliding polycarbonate window and lower extension panel. (l OS-RP~T ? Setina model #IO-S recessed panel partition with horizontal sliding polycarbonate window and lower extension panel $1420.) - add -(D VP M? Setina universal XL dual weapon vertical/partition mounted $655.)? or? (TROY TP-E-SL6-FS-SS large window partition with sliding window, · crawl-through barrier and weapon recess panel. Includes mounting kit and bigfoot pocket (installed) $1310) ? and? (DWGM? Troy products dual weapon gun mount · (includes locks, specify type) $420)3 1 2 3 $815.00 . $1,295.00 $1,265.00 Setina #12 Series Lexan Cage, partition installed behind 2nd row $850.00 1 $595.00 2 $615.00 3 seat Stationary Model with Vinyl Coated Expanded Metal Window' Secures Cargo Area Behind the Rear Seats of Vans, SUVs and Crossovers ·I-Piece Scratch-Resistant Coated Polycarbonate Window' 1 112 x 2 Extruded Alummum Window Framework· I4-Gauge Steel Seat Back Protector Panel' Rugged Powder Coat Finish 1 SETINA Rear partition between 2nd row seat & cargo area, SPECIFY LEXAN OR EXPANDED METAL -or-(TP-FDUV-R -TROY products rear partition with square-hole pattern. Includes cargo side window panels. $1745.) 3 K-9 Container. All aluminum In-Vehicle (rear seat area) K-9 Container to protect the public, officer, K-9, and vehicle. Please specify vehicle year, make and model. Call for installation, shipping, and/or delivery prices, Includes rubber liner, water dish and freight on parts including installation. Black powder coatfimsh available upon request. For 1/3 prisoner transport and 2/3rd k9 container add $625. For Coolgaurd k9 Heat Alarm system add $600, pager $400, Remote door opener add $650 1 American Aluminum EZ Rider K9 unit pla!form system, includesfreif(ht and I 2 3 $2,800.00 $2,995.00 $2,745.00 91 VElHI][ClLE: J!)EAlLEIR: ZONE: BASE ]PRICE: HOTNPOp l DLR 2 PROTEMP I DLR2 LABOR I DLR2 LABOR 3 TAG I DLR 2 NEW-TAG 3 TEMPI DLR 2 TEMP-TAG 3 TXI DLR2 TRANS-TAG 3 MP575 1 BMP345 3 Interceptor Utility (K8A) Duval Ford Duval Ford Prestige Ford * Western *Northem * Central $26,901.00 $27,083.00 $26,869.00 installation. -add -(Hot-N-Pop -Radio Tronics Ace K9 Hot-N-Pop to include: door · pop & heat alarm. engine stall sensor kit. no K91eft behindfeature. long range remote pager module with 10"fiberglass mast antenna. 10" fan kit. heavy-duty fan guard, and carbon monoxide sensor $3325.) -add -(SUVault-American Aluminum SUV Vault powder coated black with single drawer includes 4" basket top. width wise divider. andfoam insert $1425.) 3 . Electronic Remote Rear Door Opening system to be used with the K-9 Container. Allows the officer to release the K-9 from the vehicle from a remote position. Includes Heat alarm. Additional items to add as options: Engine stall sensor add $149. no K91eft behind $149. additional remote $159. Optional 12" Fan. activation module. manual switch add $360. HD Fan Guard $135. Carbon Monoxide detector and interface module $265. Smoke detector $155. Long range Remote pager with hasntOg2 Antenna $355. Long range remote pager with dual band antenna kit $500 r Alan Jay Ford Lincoln *Southem $26,997.00 I $1,700.00 $995.00 2 NA ; Heat Alarm System to be used in a K-9 vehicle. Warns officer when. $990.00 I $695.002 . $3,570.003 : dangerously high temperatures are inside the vehicle. . i ACE K9 PRO TEMP ALARM SYSTEM. I · Radio Tronics Ace K9 Heat alarm pro includes: Temp alarm system includes horn activation. siren activation. light activation. dual window drop. Engine stall sensor, no K91eft behind, 10" window fan, fan guard, carbon monoxide sensor, Long range remote pager module with 10"fiberglass mast antenna. 3 Labor rate per hour $115.00 I Lobor rate per hour. Refer to Duval Ford's Emergency lighting price submission for Individual item labor-time. Rate includes professional EVT certified installation. proper wire (SXL, GXL) Heat rated loom, connectors. prep time and personal consultation. Volume discounts available for large quantity purchases, call dealer for quote I (Lobor Rates Based on Single Vehicle Build) 3 • New state tag (specify state, county, city, sheriff, etc.) $170.00 1 -[ J Per FSA Section 3.28, Vehicle tags and Title: Price listed Includes · administrative costs for convenience fee. reimbwsements for filing, obtaining or delivery of tag (including weight slip for second stage manu/acllUing, or any costs over the Original acquisition amount of$1I7.55 I INCLUDES 30.00 ADMIN FEE 2 Includes temp tag & two way overnight shipping for signature. 3 Temporary tag $16.00 1 -[ J Per FSA Section 3.28, Vehicle tags and Title: Price listed Includes administrative costs for convenience fee. reimbursements for filing, obtaining or delivery of tag, or any costs over the origmal acquisition amount of $6 I Transfer existing registration (must provide tag number) $116.00 1 -[ J Per FSA Section 3.28, Vehicle tags and Title: Price listed Includes administrative costs for convenience fee, reimbursements for filing, obtaininf or delivery of tag. or any costs over the original acquisition amount of $78.50 INCLUDES 30.00 ADMIN FEE 2 Includes temp tag & two way overnight shipping for signatwe. 3 Maintenance Plan -specify $1,860.00 I 5 Year 75,000 mile Premium Mamtenance Plan. 15 service visits al5000 mile intervals for vehicles with Gas Engine. zero deductible I 3 yr 45.000 mile(5000 mile interval, includes a total of (9) visits}. 3 $95.00 2 $110.00 3 $160.00 2 $284.33 3 $15.00 2 $45.25 3 $115.002 $198.85 3 NA $580.00 3 92 VElfHCILE: DEAILER: ZONE: BASE PRICE: :MP675 ] BMP575 3 MP610 ] BMP6100 3 CB575 ] Fp2 AMW 3 CE575 ] FP 2 EC575 3 CP575 ] PC6100 3 Interceptor Utility (K8A) Duval Ford * Western $26,901.00 Duval Ford * Northern $27,083.00 . Maintenance Plan -specify Prestige Ford * Central $26,869.00 5 Year 75,000 mile Premium Maintenance Plan. 15 service visits at 5000 mile intervals for vehicles with Gas Engine, zero deductible. ] 5 yr 75,000 mile(5000 mile interval, includes a total of(15) visits). 3 Maintenance Plan -specify 6 Year 100,000 mile Premium Maintenance Plan. 20 service visits at 5000 mile intervals for vehicles with Gas Engine, zero deductible. ] 6 yr 100,000 mile(5000 mile interval, includes a total of (20) visits). 3 Warranty -specify 5 Yr 75,000 mile zero deductible BASECare plan. 5 Yr 100,000 mile zero deductible . use $2130. Complete pricing schedule available lipan request. Prices quoted per .. FordMoCoFlorida Retail Protect July 2017 Pricing Guide] 51100 BASE CARE 0 DED 2 All VENDOR INSTALLED aftermarket equipment subject to 1 year parts only warranty FOB Alan Jay Fleet Processing Center, Sebring FL. Reference FSA Contract Terms and Conditions 3.21 -Vendor Installed. 3 Warranty -specify 5 Yr 75,000 mile zero deductible EXTRA Care plan. 5 Yr 100,000 mile zero deductible use $2560. Complete priCing schedule available lipan request. Prices quoted per FordMoCo Florida Retail Protect July 2017 Pricing Guide] 51100 EXTRA CARE 0 DED 2 Extra Care 5 yr 75k mile ($0 Ded) Extended Wa"anty -or -(PC575 -Premium Care 5 yr 75k mile ($0 Ded) Extended Warranty $2535) 3 Warranty -specify 5 Yr 75,000 mile zero deductible PREMIUMCare plan. 5 Yr 100,000 mile zero deductible use $3395. Complete pricing schedule available upon request. Prices quoted per FordMoCo Florida Retail Protect July 2017 Pricing Guide] Premium Care 6 yr lOOk mile ($0 Ded) Extended Warranty 3 Alan Jay Ford Lincoln *Southem $26,997.00 1 $1,905.00 1 $2,400.00 NA $910.00 3 NA $1,140.003 1 2 $1,605.00 $2,130.00 . 1 2 3 $1,845.00 $2,560.00 $1,845.00 1 $2,535.00 NA $3,490.00 3 93 Call Us first, for all of your Fleet Automotive, & Light Truck needs. Quote PHONE (800) ALANJAY (252-6529) DIRECT 863-402-4234 WWW.ALANJAY.COM 12679~2 Corporate 2003 U.S. 27 South MOBILE 863-381-3411 Nlailing P.O. BOX 9200 Office Sebring, FL 33870 FAX 863-402-4221 Address Sebring, FL 33871-9200 ORIGINAL QUOTE DATE 10/2512017 QUICK QUOTE SHEET REQUESTING AGENCY SOUTH MIAMI. CiTY OF REVISED QUOTE DATE 10/2512017 CONTACT PERSON ~S~T~EV~E~N~K~U~LI~C~K~ ______________________ ~E~M~A~IL~~S=~=:U=L=i~=Jv=,@~w~S~O~U~T~H~M~IA=M=ll=F=L.=G=O=v~· ________________ __ 305-663-6339 MOBILE FAX 305-663-6346 PHONE FLORiDA SHERIFf'S ASSOC!AlI0N B~ID #'s FSA11-VlEl26.0 & FSA11-VEH16.0 wwwJishielruffs.olrg I MODEL K8A 6 2018 FORD INTERCEPTOR UTILITY SPECIFICATION # PAGE # BASE DISTRICT PRICE 90 $26.997.00 .SUY I -All vehicles will be ordered white wI darkest interior unless clearly stated otherwise on purchase order. FACTORV OPTIONS VZ9W 99R 44C D51Y SIR ----------------------- 86P 55F 17A 430 87R 53M ----------------------- CONTRACT OPTIONS NEW-TAG EC575 ----.------------------ TRADE IN Comments VEHICLE QUOTED BY DESCRIPTION EXTERIOR COLOR OXFORD WHITE WITH CHARCOAL BLACK CLOTH FRONT & VINYL REAR 3.7L V6 WITH 6-SPD AUTO TRANS -DELETE-FACTORY LEFT HAND SPOT LAMP • w ~ ________________________________________________________________________________________________________________________________ _ .. ~!!I~~!!~~~~.~~~.~~~"!".~.~~J~~~",:,!,L.. ..................................................................................... . FRONT HEADLAMP HOUSING PRE·DRILLED -inc: pre·drilled hole for side marker police use, does not include LED installed lights (eliminates need to drill housing assemblies) and pre-molded side warning LED holes w/standard sealed capability (does not include LED installed lights) ------------.----------------------------------------------------------------------------------------------------------------------- REMOTE KEYLESS ENTRY (Does Not include PATS, 4·key fobs, key fobs are not fobbed alike when ordered w/Keyed· Alike) ---.-------------------------------------------------------------------------------------------------------------------------------- AUXILLARY AIC COURTESY LIGHT DISABLED DARK CAR FEATURE REAR VIEW CAMERA MONITOR INSIDE REAR VIEW MIRROR IN LIEU OF STANDARD CAMERA THAT DISPLAY'S IN CENTER STACK. SYNC BASIC VOICE ACTIVATED COMMUNICATIONS SYSTEM FACTORY OPTIONS DESCRIPTION .. ~.~~.~!~.!~~.!!~~!~~.:~.t~~~.~~~.~~~?~~y.?~:~~!~~.~~~!~E~~~.~~~.~i~.~~~~:~): ............................................ . FORD EXTRA CARE 5YR 7SK MILE EXTENDED WARRANTY ($0) Deductible ____ 0 __ 0 ___ -.-----------------------------------------____ 0 __ 0 _____________________________________________________________________ _ CONTRACT OPTIONS TOTAL COST TOTAL COST LESS TRADE IN(S) QTY 6 Chris Wilson FLEET SALES MANAGER "I Want to be Y.o.ur Fleet Provider" $0.00 $0.00 -.------------------ ($50.00) -------------------- $390.00 $124.00 $339.00 $609.00 -------------------- $19.00 $0.00 $294.00 .------------------- $1,725.00 $248.33 $1,845.00 -------------------- $2,093.33 $30,815.33 $0.00 $184,891.98 I I appreciate the opportunity to submit this quotation. Please review it carefully. If there are any errors or changes, please feel free to contact me at any time. I am always happy to be of assistance. FSA-SOUTH MIAMI, CITY OF-K8A_12679-2_Quote.pdf Page 1 of 1 Prepared By: Chris Wilson· ALAN JAY FLEET SALES P.O. BOX 9200 SEBRING, FL 338719200 Phone: (863) 402-4234 Fax: (863) 402-4221 Email: Chris.Wilson@alanjay.com 2018 Fleet/Non-Retail Ford Police Interceptor Utility AWD K8A WINDOW STICKER 2018 Ford Police Interceptor Utility AWD Interior: -Charcoal Black 3.7 U227 CID Regular Unleaded V-6 Exterior 1: -Oxford White * 6-Speed Automatic w/OD Exterior 2: -No color has been selected. CODE MODEL MSRP K8A 2018 Ford Police Interceptor Utility AWD $32,320.00 OPTIONS 99R ENGINE: 3.7L V6 TI-VCT FFV INC 44C TRANSMISSION: 6-SPEED AUTOMATIC $0.00 500A ORDER CODE 500A $0.00 -3.65 AXLE RATIO $0.00 YZ OXFORD WHITE $0.00 -STANDARD PAINT $0.00 9W CHARCOAL BLACK, UNIQUE HD CLOTH FRONT BUCKET SEATS WNINYL RE $0.00 153 FRONT LICENSE PLATE BRACKET $0.00 51R DRIVER ONLY LED SPOT LAMP (UNITY) $395.00 86P FRONT HEADLAMP/POllCE INTERCEPTOR HOUSING ONLY $125.00 55F REMOTE KEYLESS ENTRY KEY FOB W/O KEY PAD $340.00 17A AUX AIR CONDITIONING $610.00 43D DARK CAR FEATURE $20.00 87R REAR VIEW CAMERA $0.00 53M SYNC BASIC (VOICE-ACTIVATED COMMUNICATIONS SYSTEM) $295.00 SUBTOTAL $34,105.00 Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 513.0, Data updated 10/17/2017 © Copyright 1986-2012 Chrome Data Solutions, LP. All rights reserved. Customer File: October 25, 20179:22:24 PM Page 2 Prepared By: Chris Wilson ALAN JAY FLEET SALES P.O. BOX 9200 SEBRING, FL 338719200 Phone: (863) 402-4234 Fax: (863) 402-4221 Email: Chris.Wilson@alanjay.com 2018 Fleet/Non-Retail Ford Police Interceptor Utility AWD .K8A WINDOW STICKER Advert/Adjustments Destination Charge TOTAL PRICE Est City: 16.00 mpg Est Highway: 21.00 mpg Est Highway Cruising Range: 390.60 mi $0.00 $945.00 $35,050.00 Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 513.0, Data updated 10f17f2017 © Copyright 1986-2012 Chrome Data Solutions, LP. All rights reserved. Customer File: October 25, 20179:22:24 PM Page 3 Prepared By: Chris Wilson ALAN JAY FLEET SALES P.O. BOX 9200 SEBRING, FL 338719200 Phone: (863) 402-4234 Fax: (863) 402-4221 Email: Chris.Wilson@alanjay.com 2018 Fleet/Non-Retail Ford Police Interceptor Utility AWD K8A STANDARD EQUIPMENT STANDARD EQUIPMENT -2018 Fleet/Non-Retail K8A AWD ENTERTAINMENT • Radio: MyFord AM/FM/CD/MP3 Capable -inc: clock, 6 speakers and 4.2" color LCD screen center-stack Smart Display • Radio w/Speed Compensated Volume Control and Steering Wheel Controls • Integrated Roof Antenna Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 513.0, Data updated 10/17/2017 © Copyright 1986-2012 Chrome Data Solutions, LP. All rights reserved. Customer File: October 25, 20179:22:24 PM Page 4 Prepared By: Chris Wilson ALAN JAY FLEET SALES P.O. BOX 9200 SEBRING, FL 338719200 Phone: (863) 402-4234 Fax: (863) 402-4221 Email: Chris.Wilson@alanjay.com 2018 Fleet/Non-Retail Ford Police Interceptor Utility AWD K~A STANDARD EQUIPMENT STANDARD EQUIPMENT· 2018 Fleet/Non·Retaii K8A AWD EXTERIOR • Wheels: 18" x 8" 5-Spoke Painted Black Steel -inc: center caps and full size spare • Tires: P245/55R18 AS BSW • Steel Spare Wheel • Spare Tire Mounted Inside Under Cargo • Clearcoat Paint • Body-Colored Front Bumperw/Black Rub Strip/Fascia Accent • Body-Colored Rear Step Bumper w/Black Rub Strip/Fascia Accent • Black Bodyside Cladding and Black Wheel Well Trim • Black Side Windows Trim and Black Front Windshield Trim • Black Door Handles • Black Power Side Mirrors w/Convex Spotter and Manual Folding • Fixed Rear Window w/Fixed Interval Wiper, Heated Wiper Park and Defroster • Deep Tinted Glass • Speed Sensitive Variable Intermittent Wipers • Front Windshield -inc: Sun Visor Strip • Galvanized Steel/Aluminum Panels • Lip Spoiler • Black Grille • Liftgate Rear Cargo Access • Tailgate/Rear Door Lock Included w/Power Door Locks • Aero-Composite Led Low Beam Headlamps • LED Brakelights Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 513.0, Data updated 10/17/2017 © Copyright 1986-2012 Chrome Data Solutions, LP. All rights reserved. Customer File: October 25, 20179:22:24 PM Page 5 Prepared By: Chris Wilson ALAN JAY FLEET SALES P.O. BOX 9200 SEBRING, FL 338719200 Phone: (863) 402-4234 Fax: (863) 402-4221 Email: Chris.Wilson@alanjay.com 2018 Fleet/Non-Retail Ford Police Interceptor Utility AWD K8A STANDARD EQUIPMENT STANDARD EQUIPMENT -2018 Fleet/Non-Retail K8A AWD INTERIOR • 60-40 Folding Split-Bench Front Facing Fold Forward Seatback Rear Seat • Manual Tilt Steering Column • Gauges -inc: Speedometer, Odometer, Engine Coolant Temp, Tachometer, Engine Hour Meter, Trip Odometer and Trip Computer • Power Rear Windows and Fixed 3rd Row Windows • Remote Releases -Inc: Power Cargo Access • Cruise Control w/Steering Wheel Controls • Manual Air Conditioning • HVAC -inc: Underseat Ducts • Locking Glove Box • Driver Foot Rest • Unique HD Cloth Front Bucket Seats wNinyl Rear -inc: driver 6-way power track (fore/aft.up/down, tilt w/manual recline, 2-way manual lumbar, passenger 2-way manual track (fore/aft, wlmanual recline) and built-in steel intrusion plates in both front seatbacks • Interior Trim -inc: Metal-Look Instrument Panel Insert, Metal-Look Door Panel Insert and Metal-Look Interior Accents • Full Cloth Headliner • Urethane Gear Shift Knob • Day-Night Rearview Mirror • Driver And Passenger Visor Vanity Mirrors • Mini Overhead Console w/Storage and 2 12V DC Power Outlets • Front And Rear Map Lights • Fade-To-Off Interior Lighting • Full Vinyl/Rubber Floor Covering • Carpet Floor Trim • Cargo Features -inc: Cargo Tray/Organizer Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 513.0, Data updated 10/17/2017 © Copyright 1986-2012 Chrome Data Solutions, LP. All rights reserved. Customer File: October 25, 20179:22:24 PM Page 6 Prepared By: Chris Wilson ALAN JAY FLEET SALES P.O. BOX 9200 SEBRING, FL 338719200 Phone: (863) 402-4234 Fax: (863) 402-4221 Email: Chris.Wilson@alanjay.com 2018 FleeUNon-Retail Ford Police Interceptor Utility AWD K8A STANDARD EQUIPMENT STANDARD EQUIPMENT -2018 Fleet/Non-Retail K8A AWD • Cargo Space Lights • Dashboard Storage, Driver And Passenger Door Bins • Power Adjustable Pedals • Power 1st Row Windows wID river And Passenger 1-Touch Up/Down • Delayed Accessory Power • Power Door Locks • Systems Monitor • Redundant Digital Speedometer • Trip Computer • Analog Display • Seats wNinyl Back Material • Manual Adjustable Front Head Restraints • 2 12V DC Power Outlets • Air Filtration Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 513.0, Data updated 10/17/2017 © Copyright 1986-2012 Chrome Data Solutions, LP. All rights reserved. Customer File: October 25, 20179:22:24 PM Page 7 Prepared By: Chris Wilson ALAN JAY FLEET SALES P.O. BOX 9200 SEBRING, FL 338719200 Phone: (863) 402-4234 Fax: (863) 402-4221 Email: Chris.Wilson@alanjay.com 2018 Fleet/Non-Retail Ford Police Interceptor Utility AWD K8A STANDARD EQUIPMENT STANDARD EQUIPMENT -2018 Fleet/Non-Retail K8A AWD MECHANICAL • Engine: 3.7L V6 Ti-VCT FFV • Transmission: 6-Speed Automatic • 3.65 Axle Ratio • GVWR: 6,300 Ibs • Transmission w/Oil Cooler • Automatic Full-Time All-Wheel Drive • Engine Oil Cooler • 78-Amp/Hr 750CCA Maintenance-Free Battery • HD 220 Amp Alternator • Police/Fire • Gas-Pressurized Shock Absorbers • Front And Rear Anti-Roll Bars • Electric Power-Assist Steering • 18.6 Gal. Fuel Tank • Dual Stainless Steel Exhaust • Permanent Locking Hubs • Strut Front Suspension w/Coil Springs • MUlti-link Rear Suspension w/Coil Springs • 4-Wheel Disc Brakes w/4-WheeJ ABS, Front Vented Discs, Brake Assist and Hill Hold Control Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 513.0, Data updated 10/17/2017 © Copyright 1986-2012 Chrome Data Solutions, LP. All rights reserved. Customer File: October 25, 2017 9:22:24 PM Page 8 Prepared By: Chris Wilson ALAN JAY FLEET SALES P.O. BOX 9200 SEBRING, FL 338719200 Phone: (863) 402-4234 Fax: (863) 402-4221 Email: Chris.Wilson@alanjay.com 2018 Fleet/Non-Retail Ford Police Interceptor Utility AWD K8A STANDARD EQUIPMENT STANDARD EQUIPMENT -2018 Fleet/Non-Retail K8A AWD SAFETY • Advancetrac w/Roll Stability Control Electronic Stability Control (ESC) And Roll Stability Control (RSC) • ABS And Driveline Traction Control • Side Impact Beams • Dual Stage Driver And Passenger Seat-Mounted Side Airbags • Tire Specific Low Tire Pressure Warning • Dual Stage Driver And Passenger Front Airbags • Safety Canopy System Curtain 1 st And 2nd Row Airbags • Airbag Occupancy Sensor • Rear Child Safety Locks • Outboard Front Lap And Shoulder Safety Belts -inc: Rear Center 3 POint, Height Adjusters and Pretensioners • Back-Up Camera w/Washer Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 513.0. Data updated 10/17/2017 © Copyright 1986-2012 Chrome Data Solutions, LP. All rights reserved. Customer File: October 25, 20179:22:24 PM Page 9 ~ GRAPHIC DESIGNS INTERNATIONAL Providing Quality Public Safety Decals Since 1994. SGT. DARBY WAGNER 6130 Sunset Drive South Miami, FL 33143 dwagner@southmiamifl.gov . PROPOSAL SOUTH MIAMI POLICE DEPARTMENT OTY. DESCRIPTION PRICE TOTAL 5 COMPLETE 3M REFLECTIVE GRAPHICS KIT FOR A 2018 FORD INTERCEPTOR UTILITY INCLUDING INSTALLATION $519.00 each $2,595.00 PLEASE LET ME KNOW IF AND WHEN TO PROCEED. THANK YOU J lZ-D i c sz ~ szl1 szrs AUTHORIZED SIGNATURE Jenice Sellers Thank you for your inquiry. We appreciate your consideration. October 23. 2017 TODAY'S DATE PLEASE FAX PURCHASE ORDER TO JENICE SELLERS @ 772-286-8198 OR EMAII~TOJENICE@GDIGRAPHICS.COM 3161 SE Slater St. Stuart FL 34997 T: 772-287-000011-800-344-6853 F 772-286-8198 W\Wv.GDIGRAPHIC5.COM (J() GRAPHIC DESIGNS INTERNATIONAL Providing Quality Public Safety . Decals Since 1994. SGT. DARBY WAGNER 6130 Sunset Drive South Miami, FL 33143 dwagner@southmiarnifl.gov PROPOSAL SOUTH MIAMI POLICE DEPARTMENT OTY. 1 DESCRIPTION COMPLETE 3M REFLECTIVE GRAPHICS KIT FOR A 2018 FORD INTERCEPTOR UTILITY K-9 UNIT INCLUDING INSTALLATION PRICE $546.00 each PLEASE LET lViE KNOW IF AND WHEN TO PROCEED. THANK YOU TOTAL $546.00 J sz;n i csz; ~ sz;11 sz;n'; AUTHORIZED SIGNATURE Jenice Sellers October 23. 2017 TODAY'S DATE Thank you for your inquiry. We appreciate your consideration. PLEASE FAX PURCHASE ORDER TO JENICE SELLERS @ 772-286-8198 OR EMAIL TOJENICE@GDIGRAPHICS.COM 3161 SE Slater St Stuart. FL 34997 T. 772-287-000011-800-344-6853 F: 772-286-8198 WVJW.GDIGRAPHICS.COM DANA SAFETY SUPPLY, INC 5221 W. MARKET ST GREENSBORO, NC 27409 Sales Quote Telephone: 800-845-0405 Bill To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 Sales Quote No. Customer No. Ship To SOUTH MlA:\Ill POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 225619 SMIAMI E-mail: DW AGNER@SOUTHMIAlvllFL.GOV E-mail: DW AG1\T£R@SOUTHMIAMJFL.GOV Quote Date I . Ship Via I F.O.B. I Customer PO Number Payment Method 11110/17 I GROUND I FOB DESTINATION I 2018 PIUT SUPER-SOl NET30 Entered By Salesperson I Ordered By Resale Number EDWIN SALGADO EDWIN SALGADO-Miami I SGT. WAGNER Order Approve Tax Item Number 1 Description Unit Extended Quantity Quantity Price Price I 1 Y IB8BRBR 1,795.0000 1,795.00 WEC 48" LIBERTY II DUO LIGHT BAR Warehouse:M1~ WEC; WHELEN @45% OFF, LIST PRICE $6,\25.00 1 1 Y MKLP83 0.0000 0.00 WEC LO PROFILE MOlJNTING KIT 2013+ PI UTILITY Warehouse: M1AM (included) I 1 Y ENGCC01241 239.1600 239.16 SOl BLUEPRINT CENTRAL CONTROLLER Warehouse: MI~ SOl; SOUND OFF@45%OFF,LISTPRICE$6\5.00 I 1 Y ENGCPI8001 106.9500 106.95 SOl BLUEPRINT CONTROL PANEL W/ BAIL BRACKET Warehouse: M1AM SOl; SOUND OFF @ 45% OFF, LIST PRICE $275.00 1 I Y ENGHNKOI 24.5000 24.50 SOl BLUEPRINT CENTRAL CONTROLLER HARNESS KIT Warehouse: MI~ SOl; SOUND OF~ @ 45% OFF, LIST PRICE $70.00 2 2 Y ENGND04101 134.1600 268.32 SOl BLUEPRINT REMOTE NODE Warehouse: Ml~ SOl; SOUND OFF @ 45% OFF, LIST PRICE $345.00 Print Date 11116/17 Print Time 10:41:42 PM Page No. 1 Printed By: EDWIN SALGADO Continued on Next Page DANA SAFETY SUPPLY, INC 5221 W. MARKET ST GREENSBORO, NC 27409 Sales Quote Telephone: 800-845-0405 Bill To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 E-mail: DWAGNER@SOUTHMIAMIFL.GOV Sales Quote No. Customer No. Ship To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 225619 SMIAMI E-mail: DWAGNER@SOUTHMIAMIFL GOV Quote Date I I!)hip Via I F.O.B. I Customer PO Number· Payment Method 11110117 I GROUND I FOB DESTINA IrON I 2018 PIUT SUPER-SOl NETIO Entered By I Salesperson I Ordered By Resale Number EDWIN SALGADO I EDWIN SALGADO-Miami 1 SGT. WAGNER Order Approve Tax Item Number I Description Unit Extended Quantity Quantity Price Price 2 2 Y ENGHNK02 22.7500 45.50 SOl BLUEPRINT REMOTE NODE HARNESS KIT Warehouse: MIAM SOl= SOUND OFF @ 45% OFF, LIST PRICE $65.00 I 1 Y ENGSA03021 118.0000 118.00 SOl BLUEPRINT 200R 100 WATT COMPACT SIREN AMP Warehouse:MIPUVi SOl= SOUND OFF@45%OFF,LISTPRICE$180.00 I 1 Y ENGPA02021 76.0000 76.00 sal PA PRE-AMP Wi HARNESS Warehouse:MIAU\1 SO!= SOUND OFF@45% OFF, LIST PRICE $278.00 1 1 Y ETSSI00N 120.0000 120.00 SOl 1 DOW SPEAKER WITH UNIVERSAL BRACKET Warehouse:~AU\1 SOI= SOUND OFF@ 45% OFF, LIST PRICE $290.00 I 1 Y ENFDWP2RB 153.0000 153.00 SOl DUAL NFORCE WINDSlllELD PERM MNT 9 LED RED/BLUE Warehouse: MIAM (1) TO BE MOUNTED ON CENTER FRONT LO'h'ER WINDSHIELD SOI= SOUND OFF@45%OFF,LISTPRICE $401.00 Print Date 111l61l7 Print Time 10:41:42 PM Page No. 2 Printed By: EDWIN SALGADO Continued on Next Page DANA SAFETY SUPPLY, INC 5221 W. MARKET ST GREENSBORO, NC 27409 Sales Quote Telephone: 800-845-0405 Bill To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 Sales Quote No. Customer No. . Ship To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAM1, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 225619 SMIAMI E-mail: DWAGNER@SOUTHMlAMIFL.GOV E-mail: DWAGNER@SOUTHMIAMIFL.GOV Quote Date. I Ship Via I F.O.B. I CUStomer PO Number Payment Method 11110117 I GROUND I FOB DESTINATION , 2018 PIUT SUPER-SOl NET30 Entered By I Salesperson I Ordere<lBy Resale Number EDWIN SALGADO EDWIN SALGADO-Miami I SGT. WAGNER Order Approve Tax Item Number I Description Unit Extended Quantity Quantity Price Price 1 1 Y ENFSGS3D 77.0000 77.00 SOl SGL NFORCE DECK/GRILL 12 LED L T RED/WHITE Warehouse: MIAM (I) REAR CARGO SIDE WINDOWS SOI= SOUND OFF @ 45% OFF, LIST PRICE $206. 1 1 Y ENFSGS3E 77.0000 77.00 SOl SGL NFORCE DECK/GRILL 12 LED LT BLUE/WHITE Warehouse: MIAM (I) REAR CARGO SIDE WINDOWS SOl= SOUND OFF @45%OFF,LIST PRICE $206.00 1 1 Y ENT2B3D 112.0000 112.00 SOl INTERSECTOR I8-LED UNDER MIRROR LIGHT RED/WHITE Warehouse: MIAM (I) UNDER MIRROR SIDE LIGHTS SOl= SOUND OFF @45"10 OFF, LIST PRICE $287.00 1 1 Y ENT2B3E 112.0000 112.00 SOl INlERSECTOR i8-LED UNDER MIRROR LIGHT BLUEIWHlTE Warehouse:~AM (I) UNDER MIRROR SIDE LIGHTS SOl= SOUND OFF @ 45% OfF, LIST PRICE $287.00 Print Date 11116/17 Print Time 10:41:42 PM Page No. 3 Printed By: EDWIN SALGADO Continued on Next Page DANA SAFETY SlJPPLY, INC 5221 W. MARKET ST GREENSBORO, NC 27409 Sales Quote Telephone: 800-845-0405 Bill To· SOUTH.MIAMI POLICE 6130 SW 72 STREET SOUTH .MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 Sales Quote No. Customer No. Ship To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH l'vlIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 225619 SI\.1IAMI E-mail: DWAGNER@SOUTHMIAMIFL.GOV E-mail: DWAGNER@SOUTHMIAMIFL.GOV Quote Date I Shij) Via I F.O.B. I Customer PO Number Payment Method 11110/17 I GROUND I FOB DESTINATION I 2018 PruT SUPER-SOl NET30 Entered By I Salesperson I Ordered By Resale Number EDWIN SALGADO I EDWIN SALGADO-Miami I SGT.WAGNER Order Approve Tax Item Number 1 Description Unit Extended Quantity Quantity Price Price 1 1 Y PNTICRV05 5.5000 5.50 SOl INTERSECTOR UNDER l'vlIRROR ADPTR SET 2013+ PI SUV Warehouse: l'vlIAM SOl= SOUND OFF@45% OFF, LIST PRICE $12.00 1 I Y ENLI60J-L 275.0000 275.00 SOl 60" NLINE RUNNING LIGHT REDIBLUE LEFT CABLE Warehouse: MIAM ( 1) RUNNER SIDE LIGHTS SOl= SOUND OFF @45% OFF, LIST PRICE $650.0D 1 1 Y ENL160J-R 275.0000 275.00 SOl 60" NLINE RU1\'N1NG LIGHT REDIBLUE RIGHT Warehouse: MIAM (1) RUNNER SIDE LIGHTS SOI= SOUND OFF @ 45% OFF, LIST PRICE $650.0D 2 2 Y ENFFTSSMS9BRW 68.0000 136.00 SOl NFORCE FIT 9 LED SURF ACE MOUNT (BIRlW) Warehouse: MIAM (2) FRONT CORNERIHEADLIGHT LEDS SOI= SOUND OFF @ 45% OFF, LIST PRICE $171.00 Print Date 11/16/17 Print Time 10:41:42 PM Page No. 4 Printed By: EDWIN SALGADO Continued on Next Page DANA SAFETY SUPPLY, INC 5221 W. MARKET ST GREENSBORO, NC 27409 Sales Quote Telephone: 800-845-0405 Bill To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 Sales Quote No. Customer No. Ship To SOUTH MIAMI POLICE 6130 SW 72 STREET SOI.JTH MIA.MI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 225619 S:MIAMI E-mail: DWAGNER@SOUTHl\1JAMIFL.GOV E-mail: DWAGNER@SOUTHl\1JAMIFL.GOV Quote Date! Ship Via '1 F.O.B. 1 c:ustomer PO Number Payment Method 11110117 I GROUND 1 FOB DESTINATION r 2018 PIUT SUPER-SOl NET30 Entered By Salespe~on I Ordere<iBy Resale Number EDWIN SALGADO EDWIN SALGADO-Miami I SGT. WAGNER Order Approve Tax Item Number I Description Unit Extended Quantity Quantity PIice Price 2 2 Y ELUC2S01OB 52.0000 104.00 SOl UNIV UNDERCOVER LED INSERT BLUE Warehouse:~ (2) REAR CORNERff AIL LIGHT LEDS SOl= SOUND OFF @45% OFF, LIST PRICE $128.00 2 2 Y EMPS2STS5RBW 87.4000 174.80 SOl MPOWER FASCIA 4"lS-LED STUD MNT REDIBLUEfWHITE Warehouse: MIAM (2) REAR UPPER SPOILER SOI= SOUND OFF @ 45% OFF, LIST PRICE $207.00 1 1 Y PMP2RSBUVI 28.0000 28.00 SOl MPOWER 2015+ PIUT SPOILER BRK 1 MOD KIT (PAIR) Warehouse: l\IIIAM SOI= SOUND OFF @ 45% OFF, LIST PRICE $63.00 2 2 Y BI-ST6 58.0000 116.00 Brooking 6 Diode Super Thin Surface Mount Blue-Red Warehouse: MIAM (2) UNDER HATCH DOOR FOR REAR FACING WHEN HATCH DOOR OPENS BROOKING@ 35% OFF LIST PRICE $100.00 Print Date 11116/17 Print Time 10:41:42 PM Page No. 5 Printed By: EDWIN SALGADO Continued on Next Page I I \ l I l I DANA SAFETY SUPPLY, INC 5221 W. MARKET ST GREENSBORO, NC 27409 Sales Quote Telephone: 800-845-0405 Bill To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 E-mail: .DWAGNER@SOUTHMIAMITL.GOV Sales Quote No. Customer No. Ship To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 225619 SMIAMI E-mail: DW AGNER@SOUTHMIAMIFL.GOV Quote Date I . Ship Via I F.O.B. I Customer PO' Number Payment Method 11110117 I GROUND I FOB DESTINATION I 2018 PIUT SUPER-SOl NET30 Entered By I Salesperson I Ordered By Resale Number EDWIN SALGADO I EDWIN SALGADO-Miami I SGT. WAGNER Order Approve Tax Item Number / Description Unit Extended Quantity Quantity Price Price 1 1 Y 7170-0166-01 310.0000 310.00 Ford PIUV Console With Armrest & Dual Cupholder 2012+ Warehouse: MIAM , VEHIClE SPECIFIC CONSOLE FOR 20 12+ FORD POLICE INTERCEPTOR UTILITY VEHICLE, INCLUDES DUAL CUP HOLDER, ARMREST, & THE FOLLOWING EQUIPMENT BRACKETS: 1-7160-0339 (SIREN) 1-3130-0361 (3 CIG. PLATE} 1-7160-0523 (HARRIS M7300 RADIO) AND ANY OTHER FILLER PLATES NECESSARY TO COMPLETE THE INSTALL . • **.+*~*.*.***.~** •• * •• ********.**~* •• ****.** GJ= GAMBER JOHNSON AT 46% OFF, LIST PRICE $55100, PLUS FREIGHT $22.46 EACH. 2 2 Y 7160-0063 12.0000 24.00 GJ 12V OUTLET RECEPTACLE ONLY Warehouse:MIAM GJ= GAMBER JOHNSON AT 46% OFF, LIST PRICE $25.00, FREIGHT INCLUDED 1 1 Y 7160-0220 160.0000 160.00 GJ MONGOOSE 9 LOCKING SLIDE ARM WITILT SWIVEL Warehouse: MIAM MOUNIS TO POST OR TO FLAT SURF ACE (DASH, DOGHOUSE, OR CONSOLE) *********~************.*.***.***~.*~*****~.*********+*****~**** GJ= GAMBER JOHNSON AT 46% OFF. LIST PRICE $317.00. FREIGHT INCLUDED Print Date 11/16117 Print Time 10:41:42 PM Page No. 6 Printed By: EDVvll\.' SALGADO Continued on Next Page DANA SAFETY SUPPLY, INC 5221 W. MARKET ST GREENSBORO, NC 27409 Sales Quote Telephone: 800-845-0405 Bill To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 3314~ Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 Sales Quote No. Customer No. Ship To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 225619 SMIAMI E-mail: DWAGNER@SOUTHMIAMIFL.GOV E-mail: DWAGNER@SOUTHMIAMIFL.GOV Quote Date I Ship Via I F.O.B •. I Customer PO Number Payment Method 11110/17 J GROUND J FOB DESTINATION 1 2018 PIUT SUPER-SOl NET30 Entered By Salesperson I Ordered By Resale Number EDWIN SALGADO EDWIN SALGADO-Miami I SGT. WAGNER Order Approve Tax Item Number IDescription . Unit Extended Quantity Quantity Price Price I 1 Y 7160-0454 25.0000 25.00 OJ UNIVERSAL MOUNTING PLATE Warehouse: MIAM GJ= GAMBER JOHNSON AT 46% OFF, LIST PRICE $5000, FREIGHT INCLUDED 1 1 Y 7160-0851 195.0000 195.00 OJ FORD PI UTILITY REAR EQUIPMENT TRAY Warehouse: MIAM GJ= GAMBER JOHNSON AT 46% OFF, LIST PRICE $330.00, PLUS FREIGHT $50.00 EACH 1 1 Y DS-GTC-301-3 655.0000 655.00 HA V GETAC VII0 DOCKING STATION WrrRIPLE PASS THROUGH Warehouse: MIAM HAV= HAVIS @ 35% OFF, USTPRICE $1,04806 1 1 Y LPS·116 120.3700 120.37 HAV 95 WATT POWER SUPPLY FOR DOCK Warehouse: MlAM HAV=HAVIS@ 35% OFF, LIST PRICE $185.19 1 1 Y DS-DA-416 50.5500 50.55 HA V Laptop Screen Support For DS-GTC-300 DOCKS Warehouse: MIAM HAV= HAVIS @ 35% OFF, LIST PRICE $77.77 Print Date 11116117 Print Time 10:41:42 PM Page No. 7 Printed By: EDWIN SALGADO Continued on Next Page DANA SAFETY SUPPLY, INC 5221 W. MARKET ST GREENSBORO, NC 27409 Sales Quote Telephone: 800-845-0405 Bill To SOUTH:MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 Sales Quote No. Customer No. Ship To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 225619 SM1AMI E-mail: DWAGNER@SOUTHMIAMIFL.GOV E-mail: DWAGNER@SOUTHMIAMIFL.GOV Quote Date I . Ship Via I . F.D.B. I Customer PO Number .. Payment MethOd 11/10/17 I GROUND I FOB DESTINATION / 2018 PIUT SUPER-SOl NET30 Entered By I Salesperson I Ordered By Resale Number EDWlNSALGADO I EDWlN SALGADO-Miami I SGT. WAGNER Order Approve Tax Item Number / Description Unit Extended Quantity Quantity Price Price 1 1 Y TH2000 225.0000 225.00 THOR 2000 WATT POWER INVERTER Warehouse: MIAM TO BE INSTALLED WITH HEADY DlJTY 6 GA. POWER WIRE (INCLUDED) THOR= NON CATALOG@ 5% OFF. LIST PRICE $399.99 I 1 Y 76441 105.0000 105.00 SLI POLYSTINGER LED HAZ-LO BLACK Warehouse: MlAM UPGRADE FROM FSA OPTION MEETS SOUTH MIAMI PD SPECS FOR ACCREDIDATION SLl= STREAMUGHT NON CA TLOG@ 5% OFF, LIST PRICE $193.00 1 1 Y TK0248ITU12 940.0000 940.00 SMC CARGO BOX DSC Bse Warehouse: MlAM 2012+ INTERCEPTOR UTILITY TOP TIER SLIDING DRA\VER WI COMBINATION LOCK DRAWER DIMENSIONS: 42.75" W X 5.1" HX 18.53" D BASE TIER SLIDING DRAWER WI COMBINATION LOCK DRAWER DIMENSION: 37.78" W X 87" HX 1886" D SMC= SETlNA AT 30% OFF, LIST PRICE $1,299.00, PLUS FREIGHT$46.51 EACH Print Date 11116117 Print Time 10:41:42 PM Page No. S Printed By: ED\VIN SALGADO Continued on Next Page DANA SAFETY SUPPLY, INC 5221 W. MARKET ST GREENSBORO, NC 27409 Sales Quote Telephone: 800-845-0405 Bill To SOUTH MIA1vfl POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 Sales Quote No. Customer No. Ship To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 225619 SMIAMI E-mail: DW AGNER@SOUTHMIAMIFL.GOV E-mail: DWAGNER@SOUTHMIAMlFL.GOV Quote Date I . Ship Via I F.O.B. I Customer PO Number Payment Method 11110117 I GROUND I FOB DESTINATION I 2018 PruT SUPER-SOl NET30 Entered By Salesperson I Ordered By Resale Number EDWIN SALGADO EDWIN SALGADO-Miami I SGT. WAGNER Order Approve Tax Item Number I Description Unit Extended Quantity Quantity Price Price 1 1 Y TF0237ITUl2 52.0000 52.00 SMC FREESTAND BRKT INT. SUV Warehouse: WAM SMC= SETINA AT 30% OFF, LIST PRICE $8300, FREIGHT INCLUDED (PRICE INCLUDED WITH BOX ABOVE) I 1 Y CUSTOMBUMPER 755.0000 755.00 SMC CUSTOM PB450 L4 ALUMINUM PUSH BUMPER Warehouse: MIAM CUSTOM PUSH BUMPER WI (2) DUO LED LIGHTS FRONT FACING Al'lD (2) TRIO LED LIGHTS SIDE FACING @ 45° Al'lGLE (i) LIGHT_SO_SMNFRMS3D (1)LIGHT_SO_SMNFRMS3E (2) LIGHT_SO_SMNFRMS4BRW SMC= SETINA AT 30% OFF, LIST PRICE $907.00, PLUS FREIGHT $150.00 EACH 1 1 Y GFlO92ITUI2 112.0000 112.00 SMC FREEST ANDING GUNLOCK MOUNTING BASE -PIUT Warehouse: MIAM SMC= SETINA AT 30% OFF, LIST PRICE $179.00, PLUS FREIGHT $40.00 EACH 1 1 Y SC-934-5-A 185.0000 185.00 SC UNIV. WEAPON GVN RACK SETUP W/#2 KEY Warehouse: MIAM SC= SANTA CRUZ NON CATALOG AT 5% OFF. LIST PRICE $284.99 Print Date 11/16/17 Print Time 10:41:42 PM Page No. 9 Printed By: EDWIN SALGADO Continued 'on Next Page DANA SAFETY SUPPLY, INC 5221 W. MARKET ST GREENSBORO, NC 27409 Sales Quote Telephone: 800-845-0405 Bill To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 E-mail: DWAGNER@SOUTHMIAMIFL.GOV Quote Date I Ship Via I F.O.B. 11110/17 I GROUND I FOB DESTINATION Entered By I Salesperson EDWIN SALGADO I EDWIN SALGADO-Miami I I I I Sales Quote No. Customer No. Ship To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH :tvlIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telepbone: 305-663-6359 225619 SMIAMI E-mail: DWAGNER@SOUTHMIAMIFL.GOV Customer PO Number Payment Method 2018 PIUT SUPER-SOl NETIO Ordered By Resale Number SGT. WAGNER Order Approve Tax Item Number / Description Unit Extended Quantity Quantity Price Price 1 1 Y AN-125001-002 70.0000 70.00 COOPER GENERAL ANTENNA BASE STANDARD ROOF MNTLOWLOSS Warehouse: MIAM COOPER GENERAL NON CATALOG@ 5% OFF, LIST PRlCE $75.00 1 1 Y AN-22500 1-004 50.0000 50.00 COOPER GENERAL ANTENNA ELEMENT 700/800 2DB LOW PROFlLR Warehouse: MJAM COOPER GENERAL NON CATALOG@ 5% OFF, LIST PRICE $55.00 1 1 Y INSTALL 150.0000 150.00 DSS INSTALLATION OF POLICE RADIO Warehouse: MIAM AS PER CITY OF MIAMI CONTRACT, LABOR RATE AT $60 PER HOUR. ALL INSTALLS ARE PERFORMED BY EVT CERTIFIED TECHNICIANS. TOTAL HOUR= 2.5 EACH VEHICLE Print Date 11/16117 Print Time 10:41:42 PM Page No. 10 Printed By: EDWTN SALGADO Continued on Next Page DANA SAFETY SUPPLY, INC 5221 W. MARKET ST GREENSBORO, NC 27409 Sales Quote Telephone: 800-845-0405 Bill To SOUTH MIAMI POLICE 6130 SW 12 STREET SOUTH WAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 Sales Quote No. Customer No. Ship To SOlJTH WAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 225619 SWAMI E-mail: DWAGNER@SOUTHMIAlVIIFL.GOV E-mail: DWAGNER@SOUTHMIAMlFL.GOV Quote Date I Ship Via . I F.O.B. I Customer PO Number Payment Method 11110/17 I GROUND I FOB DESTINATION I 2018 PIUT SUPER-SOl l-.1ET30 Entered By Salesperson I Ordered By Resale Number EDWIN SALGADO EDWIN SALGADO-Miami l SGT. WAGNER Order Approve Tax Item Number 1 Description: Unit Extended Quantity Quantity Price Price 1 1 N INSTALL 1,680.0000 1,680.00 , DSS INSTALLATION OF EQUIPMENT Warehouse: WAM AS PER CITY OF MIAMI CONTRACT, LABOR RATE AT $60 PER HOUR ALL INSTALL ARE PERFORMED BY EVT CERTIFIED TECHNICIANS. TOTAL HOUR= 28.00 EACH VEHICLE INSTALL OF EMERGENCY EQUIPMENT TO INCLUDE THE FOLLOWING BLUEPRINT OPTIONS FOR OFFICER SAFETY, • ADDITIONAL BRAKE LIGHTS VIA EMERGENCY LIGHTS * ADDITIONAL BACK-UP I REVERSE LIGHT VIA EMERGENCY LIGHTS * LOW POWER FEATURE TO DECREASE LIGHT INTENSITY FOR TRAn.ING OFFICER • FULL VEHICLE CRUISE MODE (FOR NON AGGREVISE POLICE PRESENCE) • 360 DEGRESS WHITE LIGHTING (FOR ILLUMINATING SCENES) • WALL OF WHITE FEATURE ON TAKE DOWNS (FOR OFFICER SAFETY DURING TRAFFIC STOP) * ANTI-THEFT IGNITION SWITCH (PREVENTS VEHICLE FROM BEING STOLEN WHEN RUNNING AND UNOCCUPIED) • INTERSECTION DRIVER AWARENESS (TO ALERT DRIVER DURING EMERGENCY RESPONDS) • SIREN SHUT OFF (DEACTIVATES SIREN SOUND WHEN VEHICLE PUT IN PARK) • CONTROL MODULE DEACTIVATION (CUTS LIGHT BAR CORNERS WHEN DOORS ARE OPEN) • REAR ARROW DEACTIVATION (\\THEN RUNNING CODE, ARROW DEACTIV ATES FOR OFFICER SAFETY) • STERRING WHEEL CONTROL ( ALLOWS FOR STEERING WHEEL AliX BUTTONS TO OPERATE WITH SIREN)(REQUIERS FORD REMAPPABLE SWITCHES OPTION 61R OR 61S) Print Date 11116/17 Print Time 10:41:42 PM Page No. 11 Printed By: EDWIN SALGADO Continued on :-.Iext Page DANA SAFETY SUPPLY, INC 5221 W. MARKET ST GREENSBORO, NC 27409 Sales Quote Telephone: 800-845-0405 Bill To SOUTH l\.1IAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 Sales Quote No. Customer No. Ship To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 225619 SMIAMI E-mail: DWAGNER@SOUTH.l\.1IAMlFL.GOV E-mail: DWAGNER@SOUTH.l\.1IAMIFL.GOV Quote Date I . Ship Via. I . F.O.B .. · I Custom~r PO Number Payment Method 11110117 I GROUND I FOB DESTINA nON 1 2018 PUJT SUPER-SOl NETJO Entered By I Salesperson I Ordered By Resale Number EDWINSAl-GADO I EDWIN SALGADO-Miami I SGT. WAGNER Order ·Approve . Tax Item Number I Description . Unit Extended Quantity Quantity • Price Price .** 2 18 PI UTILIn SUPE VrSOR .... ** AS PERCTIYOF MIAMI CONTRACT# 516388(21), wrrn ADDlllONAL DISCOUNTS·' Approved By: o Approve All Items & Quantities Ouote Good for 30 Davs Print Date 11116117 Subtotal 10,302.65 Print Time 10:41:42 PM Freight 0.00 Page No. 12 Printed By: EDWIN SALGADO Order Total 10,302.65 DANA SAFETY SUPPLY, INC 5221 W. MARKET ST GREENSBORO, NC 27409 Sales Quote Telephone: SOO-S45-0405 Bill To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 Sales Quote No. Customer No. Ship To SOUTH MIAMI POLICE 6130 SW 72 STREET . SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 225620 SMIAMI E-mail: DWAGNER@SOUTHMIAMIFL.GOV E-mail: DWAGNER@SOUTHMIAMIFL.GOV Quote Date I ... Ship Via I F.O.B. I Customer PO Number Payment Method 11/10117 I GROUND I FOB DESTINATION I 20 IS PIUT K-9 NET30 Entered By I Salesperson I Ordered By Resale Number EDWIN SALGADO I EDWIN SALGADO-Miami I SGT. WAGNER Order. Approve Tax Item Number / Description Unit Extended Quantity Quantity Price Price 1 1 Y IBSBRBR 1,795.0000 1,795.00 WEC 4S" LIBERTY II DUO LIGHT BAR Warehouse: MIAM WEe= WHELEN @45% OFF, LIST PRICE $6,125.00 1 1 Y MKLP83 0.0000 0.00 WEC LO PROFILE MOUNTING KIT 2013+ PI UTILITY Warehouse: MIAM (INCLUDED) 1 1 Y ENGCC01241 239.1600 239.16 SOl BLUEPRINT CENTRAL CONTROLLER Wal'ehouse:MIAM SOl= SOUNI? OFF @ 45% OFF, LIST PRICE $615.00 1 1 Y ENGCPISOOI 106.9500 106.95 SOl BLUEPRINT CONTROL PANEL W/ BAll BRACKET Warehouse:MIAM SOl= SOUND OFF @ 45% OFF, LIST PRICE $275.00 1 1 Y ENGHNKOI 24.5000 24.50 SOl BLUEPRINT CENTRAL CONTROLLER HARNESS KIT Warehouse: MIAM SOl= SOUND OFF @ 45% OFF, LIST PRICE $70.00 2 2 Y ENGND04101 134.1600 268.32 SOl BLUEPRINT REMOTE NODE Warehouse: M~ SO!= SOUND OFF @45% OFF, LIST PRICE $345.00 Print Date 11/16/17 Print Time 10:46:57 PM Page No. 1 Printed By: EDWIN SALGADO Continued on·Next Page DANA SAFETY SUPPLY, INC 5221 W. MARKET ST GREENSBORO, NC 27409 Sales Quote Telephone: 800-845-0405 Bill To SOUTH MlAMI POLICE 6130 SW 72 STREET SOUTH MlAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 Sales Quote No. Customer No. Ship To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 225620 SMlAMI E-mail: DWAGNER@SOUTHMIAMIFL.GOV E-mail: DWAGNER@SOUTHMIAI\.1lFL.GOV Quote Date I . Ship Via J F.O.B. I Customer PO Number Payment Method 11110117 I GROUND I FOB DESTINATION I 2018 PillTK-9 1'.'ET30 Entered By Salesperson I Ordered By Resale Number EDWIN SALGADO EDWIN SALGADO-Miami I SGT. WAGNER Order Approve Tax Item Number / Description Unit Extended Quantity Quantity Price Price 2 2 Y ENGHNK02 22.7500 45.50 SOl BLUEPRINT REMOTE NODE HARNEss KlT Warehouse: MIAM SOl= SOUND OFF @ 45% OFF, LIST PRICE $6500 1 1 Y ENGSA03021 1I8.0000 118.00 SOl BLUEPRINT 200R 100 WATT COMPACT SIREN AMP Warehouse: MIAM SOI= SOUND OFF@ 45% OFF, LIST PRICE $180.00 1 1 Y ENGPA02021 76.0000 76.00 SOl PA PRE-AMP WI HARNeSS Warehouse: MIAM SOl= SOUND OFF @ 45% OFF, LIST PRICE $278.00 1 1 Y ETSSIOON 120.0000 120.00 SOl 100W SPEAKER WITH UNIVERSAL BRACKET Warehouse: MIAM SOl= SOUND OFF @ 45% OFF, LIST PRICE $290.00 1 1 Y ENFDWP2RB 153.0000 153.00 SOl DUAL NFORCE WINDSHIELD PERM MNT 9 LED REDIBLUE Warehouse: MIAM (I) TO BE MOUNTED ON CENTER FRONT LOWER 'WINDSHIELD SOl= SOUND OFF@45%OFF, LIST PRICE $401.00 Print Date 11/16iI7 Print Time 10:46:57 PM Page No. 2 Printed By: ED\v1N SALGADO Continued on Next Page DANA SAFETY SUPPLY, INC 5221 W. MARKET ST GREENSBORO, NC 27409 Sales Quote Telephone: 800-845-0405 Bill To . SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIA.MI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 Sales Quote No. Customer No. Ship To SOUTI-l MIAMI POLICE 6130 SW 72 STREET SOUTH MIk\rlI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 225620 SMIAMI E-mail: DWAGNER@SOUTHMIAMIFL.GOV E-mail: DWAGNER@SOUTHMIAMlFL.GOV Quote Date I Ship,Via I F.O.B. I Customer PO Number Payment Method 11/10117 I GROUND I FOB DESTINATION I 2018 PIUT K-9 NET30 Entered By I Salesperson I Ordered By Resale Number EDWIN SALGADO I EDVlIN SALGADO-Miami I SGT. WAGNER Order Approve Tax Item Number I Description Unit Extended Quantity Quantity Price Price 1 1 Y ENFSGS3D 77.0000 nOD SOl SGL NFORCE DECK/GRILL 12 LED LT RED/WIDTE Warehouse: MIAt\r1 (I) REAR CARGO SIDE WINDOWS SOl= SOUND OFF @ 45% OFF, LIST PRICE $206. 1 1 Y ENFSGS3E 77.0000 71.00 SOl SGL NFORCE DECK/GRILL 12 LED L T BLUE/Vv1llTE Warehouse: MIA.\1 . (I) REAR CARGO SIDE WINDOWS SOl= SOUND OFF @ 45% OFF, LIST PRICE $20600 1 1 Y ENT2B3D 112.0000 112.00 SOl INTERSECTOR 18-LED UNDER MIRROR LIGHT RED/WIDTE Warehouse: MIAM (I) UNDER MIRROR SIDE LIGHTS SOI= SOUND OFF @ 45% OFF, LIST PRICE $287.00 1 1 Y ENT2B3E 112.0000 112.00 SOl INTERSECTOR I8-LED ill\l])ER MIRROR LIGHT BLUEIWHITE Warehouse: MIAM (1) UNDER MIRROR SIDE LIGHTS SOl= SOUND OFF@45% OFF, LIST PRICE 328700 Print Date 11116117 Print Time 10:46:57 PM Page No. 3 Printed By: EDWIN SALG . .<\DO Continued on Next Page DANA SAFETY SUPPLY, INC 5221 W. MARKET ST GREENSBORO, NC 27409 Sales Quote Telephone: 800-845-0405 Bill To soum :MIA:MI POLICE 6130 SW 72 STREET soum MIA:MI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 Sales Quote No. Customer No. Ship To SOUTH MlAMI POLICE 6130 SW 72 STREET SOUTH :MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 225620 SWAMI E-mail: DWAGNER@SOUTHMlA.I\1IFL.GOV E-mail: DWAGNER@SOUTHl.v1IAMIFL.GOV Quote Date I Ship Via I F;O.B. I Customer PO Number Payment Method 11110/17 \ GROUND I FOB DESTINATION 1 2018 PIUT K-9 NET30 Entered By Salesperson I Ordered By Resale Number EDWIN SALGADO EDWIN SALGADO-Miami I SGT. WAGNER Order Approve Tax Item Number / Description Unit Extended Quantity Quantity Price Price 1 1 Y PNTlCRV05 5.5000 5.50 SOl INTERSECTOR UNDER MIRROR ADPTR SET 2013+ PI SUV Warehouse: MIAM SOI= SOUND OFF@45%OFF,LlSTPRICE$12.00 1 1 Y ENLI60J-L 275.0000 275.00 SOl 60" NLlNE RUNNING LIGHT REDIBLUE LEFT CABLE Warehouse: :MIAM (I) RUNNER SIDE LIGHTS SOl= SOUND OFF @ 45% OFF, LIST PRICE $650.00 1 1 Y ENLI60J-R 275.0000 275.00 SOl 60" NLINE RUNNING LIGHT REDIBLUE RIGHT Warehouse:MIAM (I) RUNNER SIDE LIGHTS SOl= SOUND OFF @ 45% OFF, LIST PRICE $650.00 2 2 Y ENFFTSSMS9BRW 68.0000 136.00 SOl NFORCE FIT 9 LED SURF ACE MOUNT (BIR/W) Warehouse: MlAM (2) FRONT CORNERIHEADLlGHT LEDS *u WE RECOMMEND FOR FRONT CORNER LEDS TO ORDER TIlE VEHICLES WITII FORD HEAD LAMP HOUSING OPTION 86P •••• SOl= SOUND OFF @ 45% OFF, LIST PRICE $177.00 Print Date 11/16/17 Print Time 10:46:57 PM Page No. 4 Printed'By: ED\vlN SALGADO Continued on Next Page DANA SAFETY SUPPLY, INC 5221 W. MARKET ST GREENSBORO, NC 27409 Sales Quote Telephone: 800-845-0405 Bill To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH l\tIIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 Sales Quote ]\;0. Customer No. Ship To SOUTH MIAMI POLICE 6130SW 72 STREET SOUTH l\tIIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 225620 SMIAMI E-mail: DWAGNER@SOUTHMIAMIFL.GOV E-mail: DWAGNER@SOUTHMIAMIFL.GOV Quote Date I Ship Via I F.O.B. I Customer PO Number Payment Method 11/10/17 I GROUND I FOB DESTINATION I 201SPIUTK-9 NET30 Entered By I Salesperson I Ordered By Resale Number EDWlNSALGADO I EmVIN SALGADO-Miami I SGT. WAG1\TER Order Approve Tax Item Number I Description Unit Extended Quantity Quantity Price Price 4 4 Y ELUC2S010B 52.0000 208.00 SOl UNIV UNDERCOVER LED INSERT BLUE Warehouse: MIAM (2) REAR CORNER![ AlL LIGHT LEOS SOI= SOUND OFF@45% OFF, LIST PRICE $128.00 2 2 Y EtvlPS2STS5RBW 87.4000 174.80 SOl tvlPOWER FASCIA 4" IS-LED STUD MNT REDfBLUE/WHlTE Warehouse: MIAM (2) REAR UPPER SPOll..ER SOI= SOUND OFF @ 45% OFF, LIST PRICE $207.00 1 1 Y PtvlP2RSBUVI 2S.0000 2S.00 SOl tvlPOWER 2015+ PIUT SPOILER BRK 1 MOD KIT (PAIR) Warehouse:MI~ SOI= SOUND OFF @ 45% OFF, LIST PRICE $6300 2 2 Y BI-ST6 58.0000 116.00 Brooking 6 Diode Super Thin Surface Mount Blue-Red Warehouse: MI~ (2) UNDER HATCH DOOR FOR REAR FACING WHEN HATCH DOOR OPENS BROOKlNG@ 35% OFF LIST PRICE $100.00 Print Date 11/16/17 Print Time 10:46:S7PM Page No. S Printed By: EDWlN SALGADO Continued on Next Page DANA SAFETY SUPPLY, INC 5221 W. MARKET ST GREENSBORO, NC 27409 Sales Quote Telephone: 800-845-0405 Bill To SOUTH MIAlW POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 Sales Quote No. Customer No. Ship To SOUTH MIAMI POLlCE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 225620 SMIAMI E-mail: DW AGNER@SOUTHMIAMIFL.GOV E-mail: DWAGNER@SOUTHMIAMIFL.GOV Quote Date I . Ship Via I F.O.B. 1 Customer PO Number Payment Method 11110/17 I GROUND 1 FOB DESTINATION 1 2018 PIUT K-9 NET30 Entered By I Salesperson I Ordered By Resale Number EDWlNSALGADO I EDVI-'IN SALGADO-Miami I SGT. WAGNeR Order Approve Tax Item Number I Description Unit Extended Quantity Quantity Price Price 1 1 Y 7170-0166-01 310.0000 310.00 Ford PIUV Console With Armrest & Dual Cupholder 2012+ Warehouse: MIAM VEHICLE SPECIFIC CONSOLE FOR 20 12+ FORD POLICE INTERCEPTOR UTILITY VEHICLE, INCLUDES DUAL CUP HOLDER, ARMREST, & TIlE FOLLO\\lING EQUIPMENT BRACKETS 1-7160-0339 (SIREN) 1-3130-0361 (3 eiG. PLATE) 1-7160-0523 (HARRIS M7300 RADIO) AND AI\'Y OrnER FILLER PLATES NECESSARY TO COMPLETE TIlE INSTALL ** •• ****+**~***********.**+*+ •• ~.*****.* •• +.~ GJ= GAMBER JOHNSON AT 46% OFF, LIST PRICE $55 LOO, PLUS FREIGHT $22A6EACH. 2 2 Y 7160-0063 12.0000 24.00 OJ 12V OUTLET RECEPTACLE ONLY Warehouse: MIAM GJ= GAMBER JOHNSON AT 46% OFF, LIST PRICE $25.00, FREIGHT INCLUDED 1 1 Y 7160-0220 160.0000 160.00 OJ MONGOOSE 9 LOCKING SLIDE ARM W/TILT SWIVEL Warehouse: MlAM MOUNTS TO POST OR TO FLAT SURF ACE (DASH, DOGHOUSE, OR CONSOLE) .********~** •• +*.**.** •• ******** •• ** •• *.* ••• *.****.**** •• ****** GJ= GAMBER JOHNSON AT 46% OFF, LIST PRICE $31700, FREIGHT INCLUDED Print Date 11/16/17 Print Time 10:46:57 PM Page No. 6 Printed By: EDWIN SALG.ADO Continued on Next Page DANA SAFETY SUPPLY, INC 5221 W. MARKET ST GREENSBORO, NC 27409 Sales Quote Telephone: 800-845-0405 Bill To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 Sales Quote No. Customer No. Ship To SOUTH WAMl POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 225620 SMIAMI E-mail: DWAGNER@SOUTHMIAMIFL.GOV E-mail: DW AGNER@SOUTHMIAMIFL.GOV Quote Date I Ship Via J F.O.B. I Customer PO Number Payment Method 11/10/17 I GROUND I FOB DESTINATION I 2018 PruT K-9 NET30 Entered By Salesperson I Ordered By Resale Number EDWIN SALGADO EDWIN SALGADO-Miami 1 SGT. WAGNER Order Approve Tax Item Number / Description Unit Extended Quantity Quantity Price Price 1 1 Y 7160-0454 25.0000 25.00 GJ UNIVERSAL MOUNTING PLATE Warehouse: MIAM GJ= GAl'v1BER JOHNSON AT 46% OFF, LIST PRlCE $50.00, FREIGIIT INCLUDED 1 I Y 7160-0851 195.0000 195.00 GJ FORD PI UTILITY REAR EQl)lPMENT TRAY Warehouse: WA..M GJ= GAMBER JOHNSON AT 46% OFF, LIST PRlCE $330.00, PLUS FREIGHT $50 00 EACH. 1 1 Y DS-GTC-301-3 655.0000 655.00 HAV GETAC VI 10 DOCKING STATION W/TRIPLE PASS THROUGH Warehouse: MIAM HAV= HAV[S @ 35% OFF, LIST PRlCE $\,048.06 1 1 Y LPS-1l6 120.3700 120.37 HA V 95 WATT POWER SUPPLY FOR DOCK Warehouse: MIAM HAV= HAVIS@ 35% OFF, LIST PRlCE $185.19 1 1 Y DS-DA-416 50.5500 50.55 HA V Laptop Screen Support For DS-GTC-300 DOCKS Warehouse: MIAM HAV= HAVIS @ 35% OFF, L1STPRlCE $77.77 Print Date 11/16/17 Print Time 10:46:57 PM Page No. 7 Printed By: EDWIN SALGADO Continued on :\ext Page DANA SAFETY SUPPLY, INC 5221 W. MARKET ST GREENSBORO, NC 27409 Sales Quote Telephone: 800-845-0405 Bill To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 Sales Quote No. CUstomer No. . Ship To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 225620 SMIAMI E-mail: DWAGNER@SOUTHMlAMIFL.GOV E-mail: DWAGNER@SOUTHMIAMIFL.GOV Quote DateJ Ship Via I F.O.B. I Customer PO Number Payment Method 1l1l0117 I GROUND I FOB DESTINATION I 2018 PIDT K-9 :r-...TET30 Entered By I Salesperson J Ordered By Resale Number EDWIN SALGADO I EDWIN SALGADO-Miami I SGT. WAGNER Order Approve Tax Item Number I Description Unit Extended Quantity Quantity Price Price ] I Y K9-F18 2,060.0000 2,060.00 HA V K9 TRANSPORT SYSTEM 2017 FORD PI SUV Warehouse: Jv1IAM HAV HAVIS @ 35% OFF, LIST PRICE $2,781.90, PLUS FREIGHT $350.00 I 1 Y K9-A-I03 47.1900 47.19 HA V K9 Transport Water Bowl Option Warehouse: MIAM HA V: HAVIS @ 35% OFF, LIST PRICE $72.60 1 1 Y HP5020 1,260.0000 1,260.00 RADI01RONlCS ACE K9 HOT-N-POP PRO Wal'ehouse:·MlAM ACEK9: RADIOTRONICS@3%OFF,LISTPRICE$I,299.00 I 1 Y HP-RBM-27400 315.0000 315.00 ACE K9 REMOTE PAGER PKG FOR HOT -N-POP PRO SYSTEM Warehouse: MIAM ACE K9 RADIOTRONICS @ 3% OFF, LIST PRICE $325.00 1 I Y H-NKLB-K ]00.0000 100.00 ACE K-9 "NO K-9 LEFT BEHIND" Warehouse: MlAM ACE K9: RADIOTRONICS @ 3% OFF, LIST PRICE·$IOJ.95 Print Date 11116117 Print Time 10:46:57 PM Page No. 8 Printed By: ED\v1N SALGADO Continued on Next Page DANA SAFETY SUPPLY~ INC 5221 W. MARKET ST GREENSBORO~ NC 27409 Sales Quote Telephone: 800-845-0405 Bill To SOUTH IvllANll POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 Sales Quote No. Customer No. Ship To SOlJTH fvlIAMI POLICE 6130 SW 72 STREET SOUTH NITAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 225620 SMIAMI E-mail: DWAGNER@SOUTH1vfIAMIFL.GOV E-mail: DW AGNER@SOUTHMIAMIFL.GOV Quote Date I Ship Via I F,O.B. I Customer PO Number Payment Method 11/10/17 I GROUND I FOB DESTINATION I 2018 pmT K-9 l\TET30 Entered By I Salesperson I Ordered By Resale Number EDWIN SALGADO I EDWIN SALGADO-Miami I SGT. WAGNeR Order Approve Tax Item Number / Description Unit Extended Quantity Quantity Price Price 1 1 Y HA-FKT-IO 240.0000 240.00 ACEK9 COJl.1PLETE 10 FAt'\) SYSTEM, MANUAL & AUTOMATIC Warehouse: MIPU\1 ACE K9 RADIOTRONICS @ 3% OFF, LIST PRICE $247.50 1 1 Y HA-FWG 82.0000 82.00 ACEK9 REA VY DUTY FAN GUARD Warehouse: MIPU\1 ACE K9: RADIOTRONICS @ 3% OFF, LIST PRICE $84.80 1 1 Y HA-CMD-P 160.0000 160.00 ACE K9 CARBON MONOXlDE DETECTOR Warehouse: MIAM ACE K9 RADIOTRONICS@ 3% OFF, LIST PRICE $165.00 1 1 Y TH2000 225.0000 225.00 THOR 2000 WATT POWER INVERTER Warehouse: MlAM TO BE INSTALLED \'lIlli HEADY DUTY 6 GA. POWER WIRE (INCLUDED) THOR= NON CATALOG@ 5% OFF LIST PRICE $39999 Print Date 11116117 Print Time 10:46:57 PM Page No. 9 Printed By: EDWIN SALGADO Continued on ~ext Page DANA SAFETY SUPPLY, INC 5221 W. MARKET ST GREENSBORO, NC 27409 Sales Quote Telephone: 800-845-0405 Bill To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTHMlAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 Sales Quote No. Customer No. Ship To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 225620 SMIAMI E-mail: DWAGNER@SOUTHMIAMIFL.GOV E-mail: DWAGNER@SOUTHMIAMIFL.GOV Quote Date I. .Ship Via 1 F.O.B. l Custonier PO Number Payment Method . 11/10117 I GROUND I FOB DESTINATION I 2018 PIUT K-9 NET30 Entered By I Salesperson I Ordered By Resale Number EDWIN SALGADO I EDWIN SALGADO-Miami 1 SGT. WAGNER Order Approve Tax Item Number / Description Unit Extended Quantity Quantity Price Price 1 1 Y 76441 105.0000 105.00 SLI POL YSTINGER LED HAZ-LO BLACK Warehouse: MIAM UPGRADE FROM FSA OPTION MEETS SOUTH MIAMI PD SPECS FOR ACCREDIDATION SLI= STREAMLIGHT NON CATLOG@ 5% OFF, LIST PRICE $[93.00 1 1 Y TK0248ITU12 940.0000 940.00 SMC CARGO BOX DSC BSC Warehouse: MIAM 20 [2+ INTERCEPTOR UTiliTY TOP TIER SLIDING DRAWER WI COMBINA nON LOCK DRAWER DIMENSIONS 42.75" W X 5.[" H X [853" D BASE TIER SLIDING DRAWER WI COMB INA nON LOCK DRAWER DIMENSION: 37.78" W X 8.7" H X [8.86" D SMC= SETINA AT 30% OFF, LIST PRICE $1,299.00, PLUS FREIGHT $46.51 EACH 1 I Y TF0237ITUl2 52.0000 52.00 SMC FREESTAND BRKT INT. SUV Warehouse:MlAM SMC= SETINA AT 30% OFF, LIST PRICE $7100, FREIGHT INCLUDED (PRICE INCLUDED WITH BOX ABOVE) Print Date 11116/17 Print Time 10:46:57 PM Page No. 10 Printed By: EDWIN SALGADO Continued on Next Page DANA SAFETY SUPPLY, INC 5221 W. MARKET ST GREENSBORO, NC 27409 Sales Quote Telephone: 800-845-0405 BiIJ To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 Sales Quote No. Customer No. Ship To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIA-MI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 225620 SMIAMI E-mail: DWAGNER@SOUTHMIAMIFL.GOV E-mail: DWAGNER@SOUTHMIAMIFL.GOV Quote Date: I Ship Via I F.O.R. I Customer PO Number Payment Method III 1 011 7 I GROUND I FOB DESTINATION I 2018 PIUTK-9 NET30 . Enterl,ldBy S~lesperson I Ordered By Resale NUIDber EDWIN SALGADO EDWIN SALGADO-Miami I SGT. WAGNER Order Approve Tax Item Number I Description Unit . Extended Quantity Quantity Price Price 1 1 Y CUSTOMBUMPER 755.0000 755.00 SMC CUSTOM PB450 L4 ALUMINUM PUSH BUMPER Warehouse: MlAM CUSTOM PUSH BUMPER WI (2) DUO LED UGHTS FRONT FACING AND (2) TRIO LED UGHTS SIDE FACING@45° ANGLE (l) UGHT_SO_SMNFRMS3D (I) UGHT_SO_SMNFRMS3E (2) UGHT_SO_SMNFRMS4BRW SMC= SETINA AT 30% OFF, UST PRICE $907.00, PillS FREIGHT $150.00 EACH 1 1 Y LOFT-FPIU-GV 520.0000 520.00 LUND 2012+ PIUT LOFT GUN VAULT MNT, ARl5 Warehouse: MIAM LOFT-GV is designed for AR-151M-4 Rifles equipped with standard collapsible stocks. LUND@ 15% OFF, LIST PRICE $595.00, PLUS FREIGHT $75.00 EACH. 1 1 Y LOFT-FPIU-NPKIT 80.0000 80.00 LUND 2013+ PIUT LOFT NON-PARTITION MOUNT KIT Warehouse: MIAM 13+ Utility I Explorer LOFT Front bulkhead and brackets for Non C·age mounting. LUND@ 15% OFF, LIST PRICE $97.50, PLUS FREIGHT$ 20.00 EACH. Print Date 11116117 Print Time 10:46:57 PM Page No. 11 Printed By: EDWIN SALGADO Continued on Next Page DANA SAFETY SUPPLY, INC 5221 W. MARKET ST GREENSBORO, NC 27409 Sales Quote Telephone: 800-845-0405 Bill To SOUTH:MIAMI POLICE 6130 SW 72 STREET SOUTH :MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 E-mail: DW AGNER@SOUTH:MIAMlFL.GOV Quote Date I Ship Via I F.O.B. 11110/17 L GROUND I FOB DESTINATION Entered By I . Salesperson . I EDWIN SALGADO I EDWIN SALGADO-Miami I I I Sales Quote No. Customer No. Ship To SOUTH.MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 225620 SMIAMI E-mail: DWAGNER@SOUTHIvllAMIFL.GOV <;:ustomer PO Number Payment Method 2018 PIUT K-9 J:i.iET30 Ordered By Resale Number SGT.WAGNER Order Approve Tax Item Number 1 Description Unit Extended Quantity Quantity 1 1 Y 1 1 Y 1 1 Y Print Date 11/16117 Print Time 10:46:57 PM Page No. 12 Printed By: EDWlN SALGADO Price Price AN-125001-002 70.0000 70.00 COOPER GENERAL ANTENNA BASE STANDARD ROOF :MNT LOW LOSS Warehouse: MIAM COOPER GENERAL NON CATALOG@5%OFF, LIST PRICE $75.00 AN-225 00 1-004 50.0000 50.00 COOPER GENERAL ANTEl\1NA ELEMENT 700/800 2DB LOW PROFILR Warehouse: MIAM COOPER GENERAL NON CATALOG @ 5% OFF, LIST PRICE $55.00 INSTALL 150.0000 150.00 DSS INSTALLATION OF POLICE RADIO Warehol~e:MIAM AS PER CITY OF MIAMI CONTRACT, LABOR RATE AT $60 PER HOUR. ALL INSTALLS ARE PERFORMED BY EVT CERTIFIED TECHNICIANS. TOTAL HOUR= 2.5 EACH VEHICLE Continued on Next Page DANA SAFETY SUPPLY, INC 5221 W. MARKET ST GREENSBORO, NC 27409 Sales Quote Telephone: 800-845-0405 Bill To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 Sales Quote No. Customer No. Ship To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 225620 SMIAMI E-mail: DWAGNER@SOUTHMIAMIFL.GOV E-mail: DWAGNER@SOUTHMIAMIFL.GOV Quote Date I Ship vUi I F.O.B .. I Customer PO Number Payment Method 11/10/17 I GROUND I FOB DESTINA nON I 2018 PIUT £<-9 NETIO Entered By Salesperson I Ordered By Resale Number EDWIN SALGADO EDWIN SALGADO-Miami I SGT. WAGNER Order. Approve Tax Item Number I Description Unit Extended Quantity Quantity Price Price 1 I N INSTALL 2,040.0000 2,040.00 DSS INSTALLATION OF EQUIPMENT Warehouse: MIAM AS PER CITY OF MIAMI CONTRACT, LABOR RATE AT $60 PER HOUR ALL INSTALL ARE PERFORMED BY EVT CERTIFIED TECHNICIANS. TOTAL HOUR= 34.00 EACH VEHICLE INSTALL OF EMERGENCY EQUIPMENT TO INCLUDE THE FOLLO\VTNG BLUEPRINT OPTIONS FOR OFFICER SAFETY, • ADDITIONAL BRAKE LIGHTS VIA EMERGENCY LIGHTS • ADDITIONAL BACK-UP I REVERSE LIGHT VIA EMERGENCY LIGHTS • LOW POWER FEATURE TO DECREASE LIGHT INTENSITY FOR TRAILING OFFICER * FULL VEHICLE CRUISE MODE (FOR NON AGGREVISE POLICE PRESENCE) • 360 DEGRESS WHITE LIGHTING (FOR ILLUMINATING SCENES) • WALL OF WHITE FEATURE ON TAKE DOWNS (FOR OFFICER SAFE1Y DURING TRAFFIC STO~) • ANTI-TIIEFT IGNITION SWITCH (PREVENTS VEHICLE FROM BEING STOLEN WHEN RUNNING AND UNOCCUPIED) • INTERSECTION DRIVER AWARENESS (TO ALERT DRIVER DURING EMERGENCY RESPONDS) • SIREN SHUT OFF (DEACTIVATES SIREN SOUND WHEN VEHICLE PUT IN PARK) * CONTROL MODULE DEACTIVATION (CUTS LIGHT BAR CORNERS WHEN DOORS ARE OPEN) • REAR ARROW DEACTIVATION (WHEN RUNNING CODE, ARROW DEACTIVATES FOR OFFICER SAFE1Y ) . • STERRING WHEEL CONTROL ( ALLOWS FOR STEERING WHEEL AUX BUTTONS TO OPERATE WITH SIREN)(REQUIERS FORD REMAPPABLE SWITCHES OPTION 61R OR 61S ) Print Date 11l16/17 Print Time 10:46:57 PM Page No. 13 Printed By: EDWIN SALGADO Continued on l'iext Page I , , DANA SAFETY SUPPLY, INC 5221 W. MARKET ST GREENSBORO, NC 27409 Sales Quote Telephone: 800-845·0405 Bill To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 Sales Quote No. Customer No. Ship To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTHl\.1IAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 225620 SMIAMI E-mail: DWAGNER@SOUTHMIAMIFL.GOV E-mail: DWAGNER@SOUTHl\tllAMIFL.GOV Quote Date I Ship Via I F.O.B. r Customer PO Number Payment Method 11110117 I GROUND I FOB DESTINATION I 2018 PIUTK-9 NET30 Entered By I Salesperson I Ordered By Resale Number EDVlIN SALGADO I EDWIN SALGADO-Miami I SGT. WAGNER Order Approve Tax Item Number / Description Unit Extended Quantity Quantity Price Price *.* 2 l8PI UTlLITI K-9 * _ . • -AS PER CITY OF MIAM CONTRACT# Sl6388(21), WITH ADDmONAL DISCOUNTS -. Approved By: o Approve All Items & Quantities Ouote Good for 30 Davs Print Date 11116/17 Subtotal 15,333.84 Print Time 10:46:57 PM Freight 0.00 Page No. 14 Printed By: EDWIN SALGADO Order Total 15,333.84