1THE CITY OF PLEASANT LIVING
CITY OF SOUTH MIAMI
OFFICE OF THE CITY MANAGER
INTER-OFFICE MEMORANDUM
To:
FROM:
DATE:
The Honorable Mayor & Members of the City Commission
Steven Alexander, City Manager
February 20, 2018 Agenda Item No.:i
SUBJECT: A Resolution authorizing the City Manager to purchase a new standby generator
from Tradewinds Power Corp. for the Public Works facility through piggyback
agreement onto the Florida Sheriffs Association Contract and to declare, and
dispose of, the City's inoperable standby generator as surplus.
BACKGROUND: The Public Works facility Including fuel pumps have a permanent standby
generator on premises to supply electrical power during an emergency and power
outages. The current standby generator sustained damage during Hurricane Irma
and is in operable. Public Works has been using a portable generator to
supplement power should the need arise.
To rectify this situation, a new replacement 60KW standby generator is
recommended for purchase from Tradewinds Power Corp. through a piggyback
agreement onto the Florida Sheriffs Association Contract No. FSA17-VEH1S.0. The
purchase includes removal ofthe current standby generator.
In accordance with the City's Surplus Ordinance 2-4.7, the current standby
generator is recommended to be declared surplus. Any personal property that is
classified obsolete, or no longer economical or efficient to keep, or that serves no
useful function for any activity or in any location within the City, needs to be
declared as "surplus" by the City Commission.
The City of South Miami Code of Ordinances states that all personal property
owned by the City shall not be sold unless and until it is declared to be surplus
property by resolution of the city commission. The City Manager is recommending
that the current standby generator located at the Public Works facility be classified
as "surplus" as the current standby generator serves no useful function for any
activity or in any location within the City and should be sold to the highest bidder
by way of a City auction.
THE CITY OF PLEASANT LIVING
CITY OF SOUTH MIAMI
OFFICE OF THE CITY MANAGER
INTER-OFFICE MEMORANDUM
AMOUNT:
ACCOUNT:
The cost for the replacement standby generator and installation, including
removal but not disposal, is $44,610. An additional amount of $2,230 for
contingency will apply should any unforeseen issue arise, for a total pf $46,840.
The City has filed an application request for reimbursement's cost from FEMA.
$44,610 plus $2,210 Contingency
301-1790-519-6450, Public Works Capital Equipment, with a balance of
$1,078,354 prior to this request.
ATTACHMENTS: Resolution
Piggyback Agreement, Tradewinds Power Corp.
Section 2-4.7 titled "Surplus City-owned property"
1 RESOLUTION NO: _____ _
2 A Resolution authorizing the City Manager to purchase a new standby
3 generator from Tradewinds Power Corp. for the Public Works facility
4 through piggyback agreement onto the Florida Sheriffs Association
5 Contract and to declare, and dispose of, the City's inoperable standby
6 generator as surplus.
7 WHEREAS, Public Works has a standby generator that had the capacity to power
8 the entire Public Works facility but it sustained damage due to Hurricane Irma; and
9 WHEREAS, the damage sustained caused the standby generator to be inoperable;
10 and
11 WHEREAS, Public Works has been using a small portable generator to provide
12 limited power since the hurricane when the need arose; and
13 WHEREAS, the portable generator does not have the capacity to provide power
14 for the entire Public Works facility; and
15 WHEREAS, the Florida Sheriffs Association has solicited bids for equipment,
16 including standby generators, in a manner that is at least as competitive as required by
17 the City Charter and, as a result, the Association has awarded a contract to Tradewinds
1'8 Power Corp. under Contract No. FSA17-VEH1S.0
19 WHEREAS, Public Works desires to purchase a new standby 60KW generator
20 through a piggyback agreement onto the Florida Sheriffs Association Contract No. FSA17-
21 VEH1S.0 and to declare the current standby generator as surplus; and
22 WHEREAS, the expense for the new generator shall be submitted for
23 reimbursement by the City from the Federal Emergency Management Agency (FEMA);
24 and
25 WHEREAS, the expense of $44,610 plus a contingency of $2,230 for a total of
26 $46,840 will be charged to Account 301-1340-S13-6430, Capital Equipment with a
27 balance of $180,000 prior to this request.
28 NOW THEREFORE BE IT RESOLVED BY THE MAYOR AND CITY
29 COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA;
30 Section 1. The City Manager is authorized to purchase a new standby generator
31 from Tradewinds Power Corp. for the Public Works facility to replace the current
32 generator which sustained damage due Hurricane Irma through piggyback agreement
33 onto the Florida Sheriffs Association Contract No. FSA17-VEH1S.0 for an amount not to
34 exceed $44,610, to expend a maximum of $2,230 due to unforeseen circumstances, to
Page 1 of 2
35 declare the current Public Works standby generator as "surplus" and authorize the City
36 Manager to dispose of the surplus item in accordance with Section 2-4.7 of the Code of
37 Ordinances. A copy of the piggyback agreement is attached
38 Section 2. Severability. If any section, clause, sentence, or phrase of this
39 resolution is for any reason held invalid or .unconstitutional by a court of competent
40 jurisdiction, th is holding shall not affect the validity of the remaining portions of this
41 resolution.
42 Section 3. Effective Date: This resolution shall take effect immediately upon
43 adoption.
44
45
46
47
PASSED AND ADOPTED this _ day of ___ -', 2018.
48
49
50
51
52
53
54
55
56
57
58
59
ATTEST:
CITY CLERK
READ AND APPROVED AS TO FORM,
LANGUAGE, LEGALITY AND EXECUTION
EXECUTION THEREOF
CITY ATTORNEY
Page 2 of2
APPROVED:
MAYOR
COMMISSION VOTE:
Mayor Stoddard:
Vice Mayor Harris:
Commissioner Welsh:
Commissioner Liebman:
Commissioner Gil:
CONTRACTFOR ______ ~
TillS AGREEMENT made and entered into this __ day of , 20_ by
and between the City of South Miami, a Florida municipal Corporation by and through its City
Manager (hereinafter referred to as "City") and Tradewinds Power Corp., , (hereinafter referred
to as "Contractor").
WITNESSETH:
WHEREAS, the Florida Sheriffs Association (FSA) solicited bids pursuant to ITB
No. FSA17-VEH15-0, for CAR & CHASSIS TRUCKS & OTHER FLEET
EQUIPMENT; and
WHEREAS, the Florida Sheriffs Association (FSA), after completing a competitive
bidding process, awarded a contract to Contractor, and
WHEREAS, the City of South Miami desires to utilize the Florida Sheriffs
Association (FSA), Contract with Contractor; and
WHEREAS, the City is authorized, pursuant to the City of South Miami's Charter,
to piggyback off of contracts, such as the contract in question between Florida Sheriffs
Association (FSA),_and Contractor, that were entered into in accordance with a solicitation
process that is at least as vigorous as that of the City of South Miami; and
NOW, THEREFORE, the City and the Contractor, each through their authorized
representative/official, agree as follows:
1. The City desires to enter into a Contract, under the same provisions as set
forth in the contract between Florida Sheriffs Association (FSA) and Contractor pursuant
to ITB No. FSA17-VEH15-0, as modified by this Agreement.
2. The City has reviewed the contract between Florida Sheriffs Association
(FSA) and Contractor and agrees to the provisions of that contract which shall be applicable
to a purchase order to be issued by the City and further agrees to the fair and reasonableness
of the pricing. Contractor hereby agrees to provide such goods and/or services, pursuant to
the City's purchase order made during the term of this Agreement, under the same price(s),
terms and conditions as found in the solicitation documents, the response to the solicitation,
and the Agreement/Contract and/or the Award, pertinent copies of which are attached hereto
as Attachment A and made a part hereof by reference.
3. All references in the contract between Florida Sheriffs Association (FSA)
and Contractor, shall be assumed to pertain to, and are binding upon Contractor and the City
of South Miami. All decisions that are to be made on behalf of Florida Sheriffs
Association (FSA)' as set forth in the contract between Florida Sheriffs Association (FSA)
and the Contractor, shall all be made by the City Manager for the City of South Miami.
Notwithstanding anything contained in the Florida Sheriffs Association (FSA) !lTB No.
FSA17-VEH15-0 and and/or the contract between Florida Sheriffs Association (FSA) and
the Contractor 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.
Page 1 of6
Thomas F. Pepe -1.23.18
4. Term. The term of the contract, including all extensions authorized by the
contract shall not exceed five years.
5. Scope of Goods and Services. The scope of goods and/or services (which
may hereinafter be referred to as the "Work") are set forth in Attachment A and any
attachments thereto and the City's purchase order, the latter of which shall take precedence.
The Contractor has agreed to deliver the goods, if any, and perform the services, if any, in a
workman like manner and in accordance with all state, county and City laws, at the
locations, if any, designated by the City. All of the goods and/or services reflected in
Attachment A shall, unless otherwise stated in the Attachment A or B, be delivered and/or
commenced within N/ A days from the date of the execution of this Agreement. The
Contractor shall obtain and pay for all permits required for the services rendered, if any, with
the exception of permits fees charged by the City, said fees shall be waived.
6. Contract Price. The contract price for the good and/or services is set forth in
Attachment B. If not otherwise set forth in the contract between Florida Sheriffs
Association (FSA) and the Contractor, the Contractor shall be paid upon delivery of all the
goods, if any, the completion of all the services, if any, and, if inspection is required by the·
contract documents, after final inspection and approval by the City.
7. Precedence. The term, provisions and conditions of this Agreement shall
take precedence over the terms of the contract between Contractor and Florida Sheriffs
Association (FSA).
8. Grant Funding: This project is being funded by N/A and Contractor agrees
to comply with all the requirements of that Grant, applicable to the delivery of the goods
and/or services that are the subject of this Agreement, and that are within its power to
provide and to provide all the documentation within its control that is required for the City to
be able to recover as much of the contract price that is available pursuant to the terms of the
grant. A copy of the grant, if any, is attached hereto and made a part hereof by reference.
9. Public Records: CONTRACTOR and all of its subcontractors are required to
comply with the public records law (s.119.0701) while providing goods and/or services on behalf
of the CITY and the CONTRACTOR, under such conditions, shall incorporate this paragraph in
all of its subcontracts for this Project and shall: (a) Keep and maintain public records required by
the public agency to perform the service; (b) Upon request from the public agency's custodian of
public records, provide the public agency with a copy of the requested records or allow the records
to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided
in this chapter or as otherwise provided by law; (c) Ensure that public records that are exempt or
confidential and exempt from public records disclosure requirements are not disclosed except as
authorized by law for the duration of the contract term and following completion of the contract if
the contractor does not transfer the records to the public agency; and (d) Upon completion of the
contract, transfer, at no cost, to the public agency all public records in possession of the contractor
or keep and maintain public records required by the public agency to perform the service. If the
contractor transfers all public records to the public agency upon completion of the contract, the
contractor shall destroy any duplicate public records that are exempt or confidential and exempt
from public records disclosure requirements. If the contractor keeps and maintains public records
upon completion of the contract, the contractor shall meet all applicable requirements for retaining
public records. All records stored electronically must be provided to the public agency, upon
request from the public agency's custodian of public records, in a format that is compatible with
the information technology systems of the public agency. IF THE CONTRACTOR HAS
Page 2 of6
Thomas F. Pepe -1.23.18
QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119,
FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE
PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE
CUSTODIAN OF PUBLIC RECORDS AT 305-663-6340; E-mail:
.mmenendez@southmiamifl.gov; 6130 Sunset Drive, South Miami, FL .33143.
10. Waiver Jury Trial: City and Contractor knowingly, irrevocably voluntarily
and intentionally waive any right either may have to a trial by jury in State or Federal Court
proceedings in respect to any action, proceeding, lawsuit or counterclaim arising out of the
Contract Documents or the performance ofthe Work thereunder.
11. Validity of Executed Copies: This Agreement may be executed in several
counterparts, each of which may be construed as an original.
12. Notice: All notices to the City shall be sent to: City Manager, 6130 Sunset
Drive, South Miami, Florida 33143.
13. Attorneys' Fees and Costs: In the event of any litigation between the parties
arising out of or relating in any way to this Agreement or a breach thereof, each party shall
bear its own costs and legal fees. Nothing contained herein shall prevent or prohibit the right
to be indemnified for any attorney fees incurred in the defense of an action by a person or
entity who is not a party to this Agreement.
14. Indemnification: Notwithstanding anything contained in the contract
between Contractor and the Florida Sheriffs Association (FSA) to the contrary, the City
does not waive its sovereign immunity granted by Florida Statutes, Section 768.28, and the
City's tort liability shall be limited to the waiver of sovereign immunity provided for in
Section 768.28.
15. Severability: If any term or provision of this Agreement or the application
thereof to any person or circumstance shall, to any extent, be invalid or unenforceable, the
remainder of this Agreement, or the application of such term or provision to persons or
circumstances other than those to which it is held invalid or unenforceable, shall not be
affected thereby and each term and provision of this Agreement shall be valid and
enforceable to the fullest extent permitted by law.
IN WITNESS WHEREOF, and as the duly authorized act of the parties, the undersigned
representatives of the parties hereto have caused this instrument to be signed in their respective
names by their proper officials on or before the day and year first above written.
Tradewinds Power Corp.
By: ______________________ __
(type name and title of signatory above)
Page 3 of6
Thomas F. Pepe -1.23.18
ATTEST: CITY OF SOUTH MIAMI
By: By:
~~~~~~--~~--------~--~~~~----------Maria M. Menendez, CMC Steven Alexander
City Clerk City Manager
Read and Approved as to Form,
Language, Legality and Execution
Thereof.
By: ____________________ ___
Thomas F. Pepe
City Attorney
Page 4 of6
Thomas F. Pepe -1.23.18
FLORIDA SHERIFFS ASSOCIATION
P.O. BOX 12519
TALLAHASSEE, FLORIDA 32317-2519
Florida Sheriffs Association Invitation to Bid
Cooperative Purchasing Program Bid FSA17-VEH1S.0
Bid Number:
Bid Title:
Mandatory Pre-Bid Meeting
Pre-Bid Conference to be held at
Electronic Responses Due:
Paper Documents Due:
(sealed bids)
Sealed Bid Submittals Received at:
FSA17-VEH15.0
Cab & Chassis Trucks & Other Fleet
Equipment
June 23, 2017 -9:00 AM EST
Falkenburg Road Jail Assembly Room
520 North Falkenburg Road
Tampa, Florida 33619
September 6, 2017 at 12:00 Noon EST
September 8,2017 by 5:00 PM EST
FLORIDA SHERIFFS ASSOCIATION
Attn: Cooperative Bid Coordinator
2617 Mahan Drive
Tallahassee, FL 32308
The Florida Sheriffs Association· and the Florida Association of Counties invite
interested vendors, including Motor Vehicle Manufacturers and Dealers/Certified
Representatives to submit responses in accordance with these solicitation
documents. The Florida Sheriffs Association will serve as the "Contract
Administrator" in the solicitation process and the administration of the resulting
contract. The purpose of this bid is to establish a twelve (12) month contract,
beginning October 1, 2017 and ending September 30, 2018, with manufacturer's
authorized dealers for the purchase of 2017-2018 vehicles, trucks and heavy
eqUipment on a "no trade-in basis."
ALL prospective bidders are required to attend the MANDATORY Pre·Bid
Meeting.
ADVERTISEMENT
Cab & Chassis Trucks & Other Fleet Equipment
BID NUMBER: . FSA17-VEH15.0
The Florida Sheriffs Association and Florida Association of Counties invite
interested bidders to submit bid proposals for 2017-2018 Cab & Chassis Trucks &
Other Fleet Equipment.
This contract shall be awarded to the lowest and best responsive bidder by
specification, by manufacturer, by zone.
No bidder may withdraw his bid for a period of sixty (60) calendar days after the
date set for the posting thereof.
Bidders are hereby advised that the Florida Sheriffs Association reserves the right
to reject any and all bids, or separate portions thereof, and to waive any irregularity,
technicality or omission if the FSA determines that doing so will serve in the FSA's
best interest. The FSA may also reject any Response not submitted in the manner
specified by the solicitation documents.
FLORIDA SHERIFFS ASSOCIATION
~Q~/
By: ______ -_ ~_-~_'__7_
Steve Casey
FSA Executive Director
PUBLISH: FSA Website
Apri/10, 2017
ATTACHMENT A
CONTRACT FOR CAB & CHASSIS TRUCKS & OTHER FLEET EQUIPMENT
• Bid Award Summary & Notice of Award
• Bid Award Auuouncenient #FSA17-VEH15.0
• Cooperative Purchasing Program, Scope of Services & Terms
Conditions
Page 5 of6
Thomas F. Pepe -1.23.18
BID AWARD
FSA17-VEH1S.0
Effective Dates:
October 13, 2017-September 30,2018
Cab & Chassis Trucks and Other Fleet Equiqment
Cooperative Purchasing Program
Coordinated By
The
Florida Sheriffs Association
&
Florida Association of Counties
I
i
I I:
I
i
f ~
¥
Protecting, Leading & Uniting ... since 1893
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
Re: Contract Number FSA17-VEH1S.0 Cabs & Chassis and Other Fleet Equipment
p: (850) 877-2165
f: (850) 878-8665
www.flsherlffs.org II D
We are pleased to announce that the Florida Sheriffs Association Cooperative Purchasing Program has
successfully completed its 25th nationwide cooperative bid for heavy duty trucks and equipment. This contract is
in effect beginning October 13, 2017 through September 30, 2018.
This year's bid includes 78 specifications and 318 makes and models. It offers police rated, special service,
administrative, hybrid vehicles, pick-up trucks, vans, mobility transport and police motorcycles.
The competitive process for this award began in January 2017, when stakeholders were surveyed regarding"
procurement needs. Specifications were developed based on prior year activity and new additions were added
based on survey results and the Fleet Advisory Committee's review of commodities.
On April 10, 2017, a direct notification was sent to 511 prospective bidders to register for qualification to
partiCipate in the bid process. An advertisement of the Invitation to Bid was placed within the Florida
Administrative Weekly on June 1, 2017 and again on June 20, 2017. From this Invitation to Bid, 103 bidders
responded. Of these respondents, 72 bidders submitted bids and 70 bidders were awarded after a review by the
FSA Fleet Advisory Committee.
The Florida Sheriffs Association Cooperative Purchasing Program has followed the Contract Terms and Conditions
to procure this contract, and requires that all users, both purchasers and awarded vendors comply as well.
Contract prices are extended and guaranteed to any local government or political subdivision of the state, public
educational institutions, other public ag"encies or authorities with the State of Florida, and entities approved by
the manufacturer to participate in this contract.
Out of state sales are permitted under this contract. All purchasers are bound by their local governing purchasing
ordinances, rules and regulations.
All awarded vendors are governed by their manufacturer agreements and the Contract Terms and Conditions.
List of Awards for FSA17-VEH15.0 Cabs & Chassis and Other Fleet Equipment:
ACF Standby Systems
AG Pro Companies llC
Alamo Industrial
Alan Jay Chevrolet Buick GMC Cadillac
Alan Jay Chrysler Dodge Jeep of Wauchula
Ameri-Recreational Sports,llC
AutoNation CDJR Pembroke Pines
Bandit Industries
Big Bend Chevrolet Buick llC
Bobcat Company
Clark Equipment
Coggin Ford
Container Systems & 'Equipment Co",lnc,
Cowin Equipment
Creel Tractor Company
Deland Truck Center Inc
Doosan Portable Power
Duval Ford llC
Environmental Products of Florida
Everglades Farm Equipment
Federal Contracts Corp
Flagler Construction Equipment, llC.
Florida Utility Trailers Inc,
Four Star Freightliner
Futch's Tractor Depot
General GMC Trucks Sales and Service
General Truck Equipment & Trailer Sales, Inc,
GHC Motorsports
Glade & Grove Supply Co llC
Godwin Pumps of America
GS Equipment, Inc.
Isuzu Truck of Ocala
It-s
Kelley Buick GMC, Inc
Kelly Tractor Co
Kenworth of Central Florida
Kenworth of Jacksonville
Kenworth of South Florida
lou Bachrodt Freightliner
Maudlin International Trucks'
Menzi USA Sales, Inc.
Mid Florida Diesel, Inc,
Morbark, llC
21Page
Nextran Truck Centers
Nartrax, Inc.
Orlando Freightliner
PalmPeterbilt Truck Centers Inc.
Palmetto Ford Truck Sales, Inc.
Pantropic Power
Pat's Pump & Blower
Pro Maintenance/Messina Truck Center
Rechtien International Trucks Inc.
Ridge Equipment Co. Inc.
Rush Truck Center -Tampa
Southern Sewer Equipment Sales
Southern States ToyotaLift
Stingray Chevrolet
Sun State International Trucks
Suzuki of Sarasota
Tampa Truck Center
Terrain King
Texas Trailers Sales and Service
Thompson Pump & Mfg. Co. Inc.
Tradewlnds Power Corp
Trekker Tractor LLC
Truckmax, Inc.
Trucks & Parts of Tampa
Venture Products, Inc.
Vermeer Southeast Sales & Service, Inc.
Weedoo Greenboat, Inc.
Zabatt Power Systems
31Page
... -... -... ---.--------.. --.------------~----.----
IAlanJay(
II Sports,1
!!Pines
I~ndlt Industries
Cowin I
Creel TI
Deland
Dobbs I
Florida Utility 1
Group
Four Star Freigl
FutcJ:1'S Tractor Depot
GHC
Glade & Grove Supply Co II
Godwin Pumps of America
GS!
Kelley Buick GMC, Inc
Kelly Tractor Co
~
;Kenworth (
Kenworth of South Florida
lou Bachrodt Freightliner
Maudlin I
Menzil
I Nextran Truck Centers
slnc.
;, Inc.
II Trucks lne.
Co.lnc.
Co., Inc.
9311 Solar DrivE
1695 NW 63RD:
1502 East Wain,
Atl1 J Ie: I-IWV ').., North
1 North
113601 Pines B~
k Road
1424
2501
2905
:icBlvd,
1506 Bellevu~
n Avenue
~ Blvd 7111
1208 South ,
'2730 S. Faulkenburg Road
Il293 !
11616 (
2515 (
906 US Hwy 301 North
12918 N Nebraska Ave
8418 Palm -'l;!,!~r Road
d33 N
,NW
!Road
360 South Milita
5310 Broad
614 US HW
10065 Main !'
202 Winston
1023 South 5
3950W Hwy326
2780 ..... • ...
2551
1800
8331
2909 S. An
2840 Cent~
2300SDivi
1850 Fairb
8507 S. Winn Road
1490 NW 22nd Stre
24555 Orang
24415 State I
7245 NW36
.ttC
COlumbul
37871n~ark Road
682!) lJ.~ ttwY.J?f'l
FSA17-VEHlS.0 Cab ChassisTruclcs and Other Equipment
Awarded Vendor Directory
'.
Sebrins
wauchula FL
Fl
Fl
IRemus MI
IDeLand
Apopka Fl
Palmetto Fl
Tampa Fl
Tampa Fl
lakeland Fl
Fl
ake Pladd Fl
Fl
Fl
FI
::>cala FL
FL
Pompano Beach Fl
Orlando Fl
lakeland
"<tow
iam·
Riviera Beach
Sebring
4475 Mil
8155 Nal
3870 ChI
34972IBiII
32626 Bob
58078 Randy
30024 Matt
32225 Elizabeth
~~ ........ ,,--
33916 Brian
32720 Howard
34482
34135 Robert
33830 Kyle
33166 Gt
32804 Richard
32220 Ed
33166 Greg
32805 Steve
33605 Dave
\ceituno
lac
IiIs~
lilson
Conner
Henry
Unt
Meredith
Miller
Young
Edwards
Cceel
Williams
Haase
Gulick
Ricke
lE!Santi
OVerfield
Cole
HoloWE
Young
Davi5
Bennett
Smith
Costello
Maninez
Ellison
cal
M.
Bradlev
Bradlev
":'L"'-',,-, •. ,
.2383
t-32Bl
t-423~
!-423~
J.-091~
239-334-3627
704-833-3772
904-387-6541
;--<x1-3411
1-<l912
1-1009
)-7887
~
@acfpower.c,
@AGPROCO.(
'gygemba@alamo-group
tSalaniav
~
Dower99@v:
,tttuv@
(albie:
l-4263 randy.fuss@u
,·:51;11-6322 matt.gansser@doosan.com
""" .... 705-5954 EMlllER1@COGGINAUTO.CI
386-451-5531 byoung@contajnersys.-n-
850-685-7055 iedwards@l,
239-849-7488
704-650-0340
jhaase@myepg
leulick@l
@federalcontractscorp
7-6000 904-303-3435 bcannan
863-984-5151 863-984-5152 acuff flu"",.
850-701-0163 850-508-6214 zackh@lfourstarfreie
904-692-3673 386-
813-284-<
407-295-:
239-495-!
1-809-870~
1-509-6651
:l-2S0-077E
07-375-3304 407~375-33~
07-295-9777 407-466-1074
63-603-7979 863-510-8232
63-519-0517 863-944-0400
41-739-2072 941-928-6903
954-793-7010 954-793-7010
407~295-3846 407-509-6651
954-584-3200 954-817-805B
305-47Q.-1334 305-972-7133
305-592-5360 786-2~~7037
.... ~ .. u ..... ,.~
ioeI1!!eneral@
@gseguip
pnickta orlandofreie
@kellevbuick.e:
r.smlth@kwcf.net
EDCOSTEllO@KWJAX.CO~
NMARTlNEZ@KENWORTH
georgeordrew@aol.com
@maudl.ini.nl,~.m
rv.burkholder@
~cola@nextran~orp
pnick@orlandofreigl
,glno@p
~
greg bennett@kellyl
patspump@
CI'@.
:v@ridp;e-eQuip
R<lIIi~l/2I18
.-.. -.. -..•... --.-.-.-.-.. --..... -.-------------.•. -----~."
FSA17-VEH15.0 Cab Chassis Trucks and Other Equipment
Awarded Vendor Directory
Revfsed 1/2/18
@rushenterD .
~
eicDeterfleettfile:1
iimtiltonn@le
C2V~emba@alamo-~rOUD
ieff.burke@
FLORIDA
SHERIFFS ASSOCIATION
Contract: FSA17-VEH1S.0 Cab and Chassis Truck and
Other Fleet Equipment
Contract: FSA17-VEL2S.0 Police Rated, Administrative,
Utility Vehicles, Trucks and Vans
Contents
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions R'v8-4-2017
1.0 GENERAL CONDITIONS ................................................................................................................................ 5
1.01 BID CORRESPONDENCE .................................................................................................................... 5
1.02 PURPOSE ................................................................................................... c ••••••••••••••••••••••••••••••••••••••• 6
1.03 TERM OF CONTRACT ......................................................................................................................... 6
1.04 ESTIMATED QUANTITIES (Vehicles and Equipment) ........................................................................ 6
1.05 SHERIFF AS COUNTY CONSTITUTIONAL OFFICER ............................................................................. 6
1.06 COOPERATIVE PURCHASING ............................................................................................................ 7
1.07 FUNDING ........................................................................................................................................... 7
1.08 CURRENCy ......................................................................................................................................... 7
1.09 GENERAL DEFINITIONS ..................................................................................................................... 7
1.10 ELIGIBLE PURCHASERS OF CONTRACT... ........................................................................................... 9·
1.11 LEGAL REQUiREMENTS ..................................................................................................................... 9
1.12 PATENTS & ROYALTIES ..................................................................................................................... 9
1.13 FEDERAL AND STATE STANDARDS .................................................................................................... 9
1.14 UNDERWRITERS' LABORATORIES ................................................................................................... 10
1.15 AMERICAN WITH DISABILITIES ACT ................................................................................................ 10
1.16 REASONABLE ACCOMMODATION .................................................................................................. 10
1.17 MINORITY BUSINESS ENTERPRISE (MBE) ....................................................................................... 10
1.18 ANTI-DISCRIMINATION ................................................................................................................... 10
1.19 BEST COMMERCIAL PRACTICES ...................................................................................................... 10
1.20 PUBLIC ENTITY CRIMES (PEe) ......................................................................................................... 10
1.21 TAX EXEMPTION ............................................................................................................................. 11
1.22 TAXES .............................................................................................................................................. 11
1.23 ORDER OF PRECEDENCE IN THE EVENT OF CONFLICT ................................................................... 11
1.24 COMMUNICATIONS ........................................................................................................................ 11
1.25 CLARIFICATION AND ADDENDA TO BID SPECIFICATIONS .............................................................. 11
1.26 SIGNED BID CONSIDERED AN OFFER ............................................................................................... 12
1.27 ASSIGNMENT OF CONTRACT .......................................................................................................... 12
FSA Cooperative Purchasing Program 2017-2018
Page 1
flORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions Rev8-4-2017
1.28 TERMINATION OF PRODUCT LINE .................................................................................................. 12
1.29 METHOD OF AWARD ...................................................................................................................... 12
1.30 DEMONSTRATION OF COMPETENCy .............................................................................................. 13
1.31 VENDOR ABILITY TO PERFORM ...................................................................................................... 13
1.32 FINANCIAL RESPONSIBILITY ............................................................................................................ 13
1.33 QUALITY AND SAFETY ..................................................................................................................... 14
1.34 NONCONFORMANCE TO CONTRACT CONDITIONS ........................................................................ 14
1.35 WAIVER OF INFORMALITIES ........................................................................................................... 14
1.36 GRATUiTIES ..................................................................................................................................... 14
1.37 TIE·BIDS ........................................................................................................................................... 14
1.38 RIGHT TO AUDIT ............................................................................................................................. 15
1.39 LIABILITY, INSURANCE, LICENSES AND PERMITS ............................................................................ 15
1.40 BID BONDS, PERFORMANCE BONDS, CERTIFICATES OF INSURANCE.. ........................................... 16
1.41 ELIMINATION FROM CONSiDERATION ........................................................................................... 16
1.42 COLLUSION ..................................................................................................................................... 16
1.43 DEFAULT ......................................................................................................................................... 17
1.44 PROTESTS AND ARBITRATION ........................................................................................................ 17
1.45 NONPERFORMANCE ....................................................................................................................... 18
1.46 CANCELLATION ............................................................................................................................... 18
1.47 SEVERABILITY .................................................................................................................................. 19
1.48 TERMINATION FOR DEFAULT ......................................................................................................... 19
1.49 TERMINATION FOR CONVENIENCE OF FSA .................................................................................... 19
1.50 INTELLECTUAL PROPERTY ............................................................................................................... 19
1.51 CONTRACT ADVERTISMENT AND USE OF FSA LOGO ..................................................................... 19
2.0 BIDDER INSTRUCTIONS ............................................................................................................................. 20
2.01 FIRST YEAR BIDDER QUALIFICATIONS ............................................................................................ 20
2.02 LICENSiNG/FACiLITIES ..................................................................................................................... 20
2.03 INSURANCE AND INDEMNIFICATION ............................................................................................. 20
2.04 SPECIFICATIONS .............................................................................................................................. 22
2.05 FIXED PRiCES ................................................................................................................................... 23
2.06 SEALED BIDS .................................................................................................................................... 23
FSA Cooperative PurchaSing Program 2017-2018
Page 2
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions Rev8-4-2017
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 SUBMITIAL 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 2017M 2018
Page 3
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions Rev8-4-2017
3.14 FACILITIES ...................................................................................................................................... .33
3.15 SUBSTITUTIONS ............................................................................................................................. .33
3.16 POLICE RATED VEHiCLES/MOTORCyCLES ....................................................................................... 33
3.17 SPECIAL SERVICE VEHiCLES: ............................................................................................................ 33
3.18 EMERGENCY LIGHT AND SIREN CERTIFICATION STANDARDS ....................................................... .34
3.19 CAB AND CHASSIS PURCHASES ...................................................................................................... .34
3.20 FACTORY INSTALLED ....................................................................................................................... 34
3.21 VENDOR INSTALLED ........................................................................................................................ 35
3.22 NON-SCHEDULED OPTIONS ............................................................................................................ 35
3.23 FORCE MAJEURE ............................................................................................................................ .35
3.24 DELIVERY TIME ................................................................................................................................ 35
3.25 ORDER ............................................................................................................................................. 36
3.26 VEHICLE DELIVERY ......................................................................................................................... .37
3.27 INSPECTION AND ACCEPTANCE .............................................................................. : ...................... .38
3.28 VEHICLE TAGS AND TITLE ............................................................................................................... 38
3.29 INVOICING AND PAYMENTS ........................................................................................................... 39
3.30 WARRANTY REPAIRS AND SERVICE ............................................................................................... .39
3.31 INADEQUATE SERVICE .................................................................................................................... 39
3.32 REPORTING: PURCHASE ORDERS & QUARTERLY REPORTS ............................................................ 39
3.33 ADMINISTRATIVE FEE ..................................................................................................................... 40
3.34 FINES .............................................................................................................................................. .41
Addendum A ................................................................................................................................................. 42
Addendum B ................................................................................................................................................ .43
Addendum C ................................................................................................................................................. 44
Addendum D ................................................................................................................................................. 45
FSA Cooperative Purchasing Program 2017-2018
Page 4
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions Rev8-4-2017
1.0 GENERAL CONDITIONS
1.01 BID CORRESPONDENCE
All correspondence regarding this bid should be directed to the Florida Sheriffs Association "FSA", using the information
shown above. Please be sure to reference the bid number and your contact information.
The contact person(s) for this bid is
Greg Tish, FSA Cooperative Purchasing Program Coordinator
E-mail: gtish@flsheriffs.org
Phone: 850-877-2165 ext. 241
Fax: 850-878-5115
Annette Grissom, FSA Cooperative Purchasing Program Manager
E-mail: agrissom@flsheriffs.org
Phone: 850-877-2165 ext. 231
Fax: 850-878-5115
All written (hard) copy communication or document submittals for this Invitation to Bid should be directed to:
Florida Sheriffs Association
Attn: Cooperative Purchasing Program Coordinator
2617 Mahan Drive
Tallahassee, FL 32308
850-877-2165
The Bid number should be referenced on the outside of the box as welf as the contents.
FSA Cooperative Purchasing Program 2017·2018
Page 5
1.02 PURPOSE
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing 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 If 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" and ending September 30'", annually with
manufacturers and manufacturers authorized dealers for the purchase of vehicles and equipment on a IIno trade-in
basis",
Trade-ins are not addressed in this contract. If a Purchaser has a desire to offer vehicles/equipment for trade to the
vendor, the Purchaser and dealer may do so at their sale discretion, separate and apart from this contract.
1.03 TERM OF CONTRACT
This contract shall remain in effect for one (1) year from date of contract execution by the FSA Cooperative Purchasing
Program Administrator, and may be renewed by mutual agreement, at the sale option and discretion of the FSA, for up
to two (2) additional years, on a year-to-year basis.
Contract extensions will only be executed when conditions indicate it is in the best interest of the FSA and the Purchasers.
In the event that the contract is held beyo~d the term herein provided it shall only be from a month-to-month basis only
and shall not constitute an implied renewal of the contract. The month-ta-month extension shall be upon the same terms
of the contract and at the compensation and payment provided herein.
1.04 ESTIMATED QUANTITIES (Vehicles and Equipment)
In FY 2015-16 eligible users purchased approximately 9,800 vehicles and pieces of equipment from this contract. These
estimated figures are given as a guideline for Vendors preparing bids.
Estimated quantities or estimated dollars, if provided, are for FSA guidance only. No guarantee is expressed or implied as
to quantities or dollars that will be used during the contract period. The FSA is not obligated to place any order for a given
amount subsequent to the award of this bid solicitation.
1.05 SHERIFF AS COUNTY CONSTITUTIONAL OFFICER
The Offices of the Sheriff in the State of Florida 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.
FSA Cooperative Purchasing Program 2017-201B
Page 6
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions Rev 8-4-2017
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
terminatfon of costs if such funds are not appropriated.
1.08 CURRENCY
All transaction amounts, bids, quotes, provisions, payments or any part of this contract relating to currency are to be
made in United States Dollar.
1.09 GENERAL DEFINITIONS
The following terms are defined as the following
(a) FSA Cooperative Purchasing Program Administrator
means the Florida Sheriffs Association in its role in administering the solicitation and contract administration
process for the Florida Sheriffs Association and the Florida Association of Counties or their designee.
(b) Fleet Advisory Committee (FAC)
An employee of a sheriffs office and other local governmental agencies in the State of Florida or any other person
who FSA identifies as subject matter expert who will assist with the development of bid specifications and
evaluation of bid responses.
(c) Vendor
The proposer that has been awarded and agrees to provide products, vehicles, trucks, or equipment, which meet
the requirements, specifications, terms and conditions of the agreement contract, to eligible Purchasers, as
defined herein.
(d) Purchaser
An eligible Purchaser as defined in General Conditions Section 1.10 Eligible Purchasers of Contract.
(e) Bid
A competitive bid procedure established through the issuance of an invitation to bid. The term (Ibid" as used
herein, shall not include request for proposals, request for qualifications, request for letters of interest, or the
solicitation of purchase orders based on oral or written quotations.
(f) Bidder
A proposer or enterprise that submits a formal offer to the FSA Cooperative Purchasing Program Administrator
in accordance with the Contract Terms and Conditions.
FSA Cooperative Purchasing Program 2Q17 w 2018
Page 7
(g) Dealer
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions Rev8-4-2017
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.
(j) Dealer Option
A product or service provided by the dealer or other third party; not the factory.
(k) Non-Scheduled Options
Any optional new or unused component not specified, feature or configuration not included in the base
representative vehicle model specifications or options.
(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 olthe 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, Inc.'s PC Carbook (PC Carbook Plus and PC Carbook Fleet Edition)
3. Manufacturer's Annual U.S. Price Book
4. Manufacturer's official website
(a) Published List Price
A standard "quantity 'Of 'One" price currently available t'O 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 t'O any given model year for production.
(q) End User
A term used t'O distinguish the person who ultimately uses or is intended t'O use a product arfor 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.
FSA Cooperative Purchasing Program 2017·2018
Page B
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions Rev8-4-2017
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 cQunties, 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 hy their manufacturer's agreement.
Out of state sales are permitted under this contract. However, all Purchasers are bound by their local governing purchasing
ordinances, rules and regulations and shall apply to purchases made under this contract. All Vendors are governed by
their manufacturer's agreement. All Vendors referencing this contract for the purpose of facilitating sales outside the
State of Florida must accept the terms and conditions of this contract.
1.11 LEGAL REQUIREMENTS
Federal, State, county laws, ordinances, rules.and regulations that in any manner affect the items covered herein apply.
lack of knowledge by the bidder will in no way be a cause for relief from responsibility.
1.12 PATENTS & ROYALTIES
The bidder, without exception, shall indemnify and save harmless the FSA and its employees from liability of any nature
or kind, including costs and expenses for, or on account of, any copyrighted, patented, or unpatented invention, process,
or article manufactured or used in the performance of the contract, including its use by the FSA or a Purchaser.
If the bidder uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and
agreed, without exception, that the bid prices shall include all royalties or cost arising from the use of such deSign, device,
or materials in any way involved in the work.
1.13 FEDERAL AND STATE STANDARDS
It is the intent of FSA that all specifications herein are in full and complete compliance with all federal and State of Florida
laws, requirements, and regulations applicable to the type and class of commodities and contractual services being
provided.
In addition, any applicable federal or State legislation that becomes effective during the term of the Contract, regarding
the commodities and contractual services' specifications, safety, and' environmental requirements shall immediately
become a part of the Contract. The Awarded Vendor shall meet or exceed any such requirements of the laws and
regulations. If an apparent conflict exists, the Awarded Vendor shall contact the FSA Cooperative Purchasing Program
Administrator immediately.
The bidder warrants that the product supplied to the FSA or Purchaser shall conform in all respects to the standards set
forth and the failure to comply with this condition will be considered as a breach of contract. Any fines levied because of
inadequacies to comply with these requirements shall be borne solely by the bidder responsible for same.
FSA Cooperative Purchasing Program 2017-2018
Page 9
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions R,v8·4-2017
The bidder shall obtain and pay for all licenses, permits and inspection fees (including all levels of governmental fees)
required forthis 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.
1.15 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) 877-2165 five days in advance to initiate your request. TTY users may also call the
Florida Relay Service at 711.
1.16 REASONABLE ACCOMMODATION
In accordance with the Title 11 of the Americans with Disabilities Act, any person requiring an accommodation at the Bid
opening because of a disability must contact the FSA Human Resources at (850) 877-2165.
1.17 MINORITY BUSINESS ENTERPRISE (MBE)
The Florida Sheriffs Association Policy is that Minority Business Enterprises (MBE) shall have the opportunity to participate
in this invitation to bid. Such process would be for supplying goods and services to FsA and Purchasers.
1.18 ANTI-DISCRIMINATION
The bidder certifies that he/she is in compliance as applicable by federal or state law with the non-discrimination clause
contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal employment
opportunity for all persons without regard to race, color, religion, sex or national origin.
1.19 BEST COMMERCIAL PRACTICES
The apparent silence of this specification and any supplemental specifications as to any details or the omission from it of
a detailed description concerning any point shall be regarded as meaning that only the best commercial practices, size,
and design are to be used.
All workmanship is to be first quality. All interpretations of this specification shall be upon the basis of this statement.
1.20 PUBLIC ENTITY CRIMES (PEC)
In accordance with the Public Entity Crimes Act, Section 287.133, Florida Statutes, a person 'or affiliate who has been
placed on the convicted vendor list maintained by the State of Florida Department of Management Services following a
conviction for public entity crimes may not submit a bid on a contract to provide any goods or services to a public entity,
may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work,
FSA Cooperative Purchasing Program 2017-2018
Pag' 10
flORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing 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 Vendorto verify that the Purchaser is exempt by obtaining the Purchaser's Federal Excise and
State Taxes and Use Certificate Number.
1.23 ORDER OF PRECEDENCE IN THE EVENT OF CONFLICT
In the event of conflict, the conflict may be resolved in the following order of priority (highest to lowest):
1. Addenda to Contract Terms and Conditions, if issued
2. Bidder Instructions
3. Contract Conditions
4. General Conditions
1.24 COMMUNICATIONS
Communications between a proposer, bidder, lobbyist or consultant and FSA are limited to matters of process or
procedure.
Bidders should not rely on representations, statements, or explanations other than those made'in this Bid or in any written
addendum to this Bid.
1.25 CLARIFICATION AND ADDENDA TO BID SPECIFICATIONS
Any questions or clarifications 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 F5A 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 we bite. Any such addenda shall be binding on the Bidder
FSA Cooperative Purchasing Program 2017·2018
Page 11
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program·
Contract Terms and Conditions Rev 8-4-2017
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.
FSA Cooperative Purchasing Program 2017-2018
Page 12
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions Rev 8-4-2017
1.30 DEMONSTRATION OFCOMPETENCY
Pre-award inspection of the Bidder's facility may be made priorto the award of contract. Bids will only be considered from
firms which are regularly engaged in the business of providing the goods 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 ~rganization to ensure they can satisfactorily execute the services if awarded a contract
under the terms and conditions herein stated.
The terms "equipment and organization" as used herein shall be construed to mean a fully equipped and well established
company in line with the best business practices in the industry and as determined by the FSA.
The FSA may consider any evidence available regarding the financial, technical and other qualifications and abilities of a
Bidder, including past performance 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 rryay 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 Vendors
ability to satisfy the obligations of the Contract. The Vendor warrants that neither it nor any affiliate is currently on the
convicted vendor list maintained pursuant to section 287.133 of the Florida Statues, or on any similar list maintained by
any other state or the federal government. The Vendor shall immediately notify the FSA and Purchaser in writing if its
ability to perform is compromised in any manner during the term of the contract.
1.32 FINANCIAL RESPONSIBILITY
Bidder affirms by the signature on the contract signature page that the Bidder:
• Has fully read and understands the scope, nature, and quality of work to be performed or the services to be rendered
under this bid, and has the adequate facilities and personnel to fulfill such requirements;
• Accepts the financial responsibility associated with this bid, and declares that he or she has the access to capital (in
the form of liquidity or credit lines) in order to meet the financial demands of such award;
• Has assessed the financial responsibility required to serve the contract as bid, including such details as the obligations
to perform all specifications bid, zones bid, and quantities that could be ordered, as well as timing of payment from
FSA Cooperative Purchasing Program 2017-2018
Page 13
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions R'v8-4-2017
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.
• FSA and Purchasers being advised not to do business with vendor.
1.35 WAIVER OF INFORMALITIES
The FSA reserves the right to waive any informalities or irregularities in this bid solicitation.
1.36 GRATUITIES
Proposers shall not offer any gratuities, favors, or anything of monetary value to any official, employee, or agent of the
FSA, for the purpose of influencing consideration of this bid.
1.37 TIE BIDS
In case of tie bids and both businesses have qualifying drug-free work programs, the award will be made using the
following criteria:
• Bidder Within (A SPECIFIC ZONE)
• Bidder Within the (STATE of FLORIDA)
• Dealers track record with Purchaser SelVice
FSA Cooperative Purchasing p'rograrn 2017~2018
Pag' 14
• Coin Toss
1.38 RIGHT TO AUDIT
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions R,v8-4-2017
Vendor shall establish and maintain a reasonable accounting system that enables FSA to readily identify Vendor's sales.
FSA and its authorized representatives shall have the right to audit, to examine, and to make copies of or extracts from
all financial and related records (in whatever-form they may be kept, whether written, electronic, or other) pertaining to
this Contract, including all government sales and eligible users information whether kept by or under the control of the
Vendor, including, but not limited to those kept by its employees, agents, assigns, successors, and Sub-Vendors. Such
records 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.
FSA Cooperative Purchasing Program 2017-2018
Page 15
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions R'v8-4-2017
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 will be at the expense of the requesting agency. Purchasers should determine the best practice in comparing
performance bond expense against any prior discounts that may be available.
1.41 ELIMINATION FROM CONSIDERATION
This Invitation to Bid shall not be awarded to any person or Bidder who is in arrears to the FSA upon any debt, taxes or
contracts which are defaulted as surety or otherwise upon any obligation to the FSA.
1.42 COLLUSION
Collusion is a 'non-competitive secret or sometimes illegal agreement between rival bidders that attempts to disrupt the
contract process equilibrium. Collusion involves people or companies that would typically compete, but are conspiring
or working together in which the outcome results in an unfair bid advantage. The parties may collectively choose to
agree to increase or decrease its product base price in one or more zones to maximize awards thus denying the public a
fair price.
Examples of Bid Collision:
• Cover bjdding: a competitor agrees to submit a non-competitive bid that is too high to be accepted or contains
terms that are unacceptable to the buyer.
• Bid suppression or withdrawal: a competitor agrees not to bid or to withdraw a bid from consideration.
• Market sharing: a competitor agrees to submit bids only in certain geographic areas or only to certain public
organizations.
• Bid rotation: competitors agree to take turns at winning business while monitoring their market shares to
ensure they all have a predetermined slice of the pie.
• Non-conforming bids: competitors deliberately include terms and conditions they know will not be acceptable
to the FSA Cooperative Purchasing Administrator.
Bidders or Vendors who have been found to have engaged in collusion will be considered non-responsive, and will be
suspended or barred from bid participation, and any contract award resulting from collusive bidding may be terminated
for default.
Vendors/Dealerships and their representatives may submit multiple bids without conflict of "Collusion" if the bid
submitted is not from the same manufacturer ana product line. Dealerships which share the same ownership may
FSA Cooperative Purchasing Program 2017-2018
Pag' 16
FLORIDA SHERIFFS ASSOCIATION
Cooperative purchasing Program
Contract Terms and Conditions Rev 8-4-2017
submit multiple bids without conflict of collusion if the bidders are not in the same region featuring the same
manufacturer and product line.
1.43 DEFAULT
Failure or refusal of a bidder to execute a contract 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
sur~ty is not required, failure to execute a contract as described above may be grounds for removing the bidder from the
awarded Vendor's list.
1.44 PROTESTS AND ARBITRATION
Options are for informational purposes only and will not serve as a basis for protest.
Any person who is adversely affected by the decision or intended decision to award shall file a flNotice 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, orlailure 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 bearthe cost of their own attorney fees. The filing for arbitration shall not stay the implementation of the bid
FSA Cooperative Purchasing Program 2017-2018
Page 17
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions 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 Vendors ability orwillingness
to fully satisfy the requirements of the solicitation and the contract.
Vendors that are not in compliance with any of the provi.sions 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 invitation at any time and for any reason, upon giving 30 days prior written notice to the other party.
FSA Cooperative Purchasing Program 2017·2018
Page 18
1.47 SEVERABILITY
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions Rev8-4-2017
In the event any provision of this contract is held to be unenforceable for any reason, the unenforceability thereof shall
not affect the remainder of the contract which shall remain in full force and effect and enforceable in accordance with its
terms.
1.48 TERMINATION FOR DEFAULT
If through any cause within the reasonable control of the successful bidder, it shall fail to fulfill in a timely manner, or
otherwise violate any of the terms of this contract, the FSA shall have the right to terminate the services remaining to be
performed. Written notice shall be given to the successful bidder of such termination, which shall become effective upon
receipt by the successful bidder of the written termination notice.
In that event, the FSA shall compensate the successful bidder in accordance with the contract for all services performed
by the bidder 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 FSAfor 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
Vendor must not advertise or publish information concernin,g 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 logols use and examples of said usage.
FSA Cooperative Purchasing Program 2017-2018
Page 19
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions Rev 8-4-2017
2.0 BIDDER INSTRUCTIONS
2.01 FIRST YEAR BIDDER QUALIFICATIONS
In order for bids to be considered, first year Bidders to the Florida Sheriffs Association Cooperative Purchasing Program
must provide supporting material with their bid submission to demonstrate that they are qualified to satisfactorily
perform as an awarded vendor.
Supporting 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 fieets sales.,
G. 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.
FSA Cooperative Purchasing Program 2017~201B
Page 20
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions Rev8-4-2017
Vendor's obligations under the above paragraph with respect to legal action are contingent 'upon the Florida Sheriffs
Association and/or participating agencies giving the bidder (1) written notice of any action or threatened action, and (2)
the opportunity to take over and settle or defend any such action at bidder's 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
FSA Cooperative Purchasing Program 2017-2018
Page 21
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing 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 sale and exclusive negligence of the FSA, its officers, agents, and employees, as determined by a court of competent
jurisdiction,
The Vendor will notify his insurance agent without delay of the existence of the Hold Harmless Agreement contained
within this contract, and furnish a copy of the Hold Harmless Agreement to the insurance agent and carrier.
The Vendor will obtain and maintain contractual liability insurance in adequate limits for the sale purpose of protecting
the FSA under the Hold Harmless Agreement from any and all claims arising out of this contractual operation.
The Vendor will secure and maintain policies of third party suppliers. All policies shall be made available to the FSA upon
demand. Compliance by the Vendor and all third party suppliers with the foregoing requirements as to carrying insurance
and furnishing copies of the insurance policies shall not relieve the Vendor and all third party suppliers of their liabilities
and obligations under any Section or Provisions of this contract. Vendor shall be as fully responsible to the FSA for the
acts and omissions of the third party suppliers and of persons employed by them as he is for acts and omissions of persons
directly employed by him.
Insurance coverage required in these specifications shall be in force throughout the contract term. Should any awardee
fail to provide acceptable evidence of current insurance within seven days of receipt of written notice at any time du'ring
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; butthe 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 mus\ be designed, constructed, and installed to be fully suitable for their
intended use and service.
FSA Cooperative Purchasing Program 2017-2018
Page 22
2.05 FIXED PRICES
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions ',v8-4-2017
[f 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 Tit[e
and Number. Bids should be sent to the attention of FSA Cooperative Purchasing Program Coordinator, F[orida Sheriffs
Association, 2617 Mahan Drive, Ta[[ahassee FL 32308. Faxed or e-mai[ed bids will not be accepted.
2.07 NO BID
[f not submitting a bid, respond by returning the enclosed "NO B[D" 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 IfPrices" section of the contract specifications must be used.
Failure of a bidder to comply with these provisions wil[ result in bidders being held responsible for al[ 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
FSA Cooperative Purchasing Program 2017-2018
Pag' 23
flORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
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 flApproved Equivalent" is used to allow a bidder to bid components or equipment that are equal to the
components or equipment described in the detailed specifications. The FSA Cooperative Purchasing Program
Administrator shall have the sale authority to determine approved equivalents or qualified product specifications_
Brand Names: Catalog numbers, ma,:,ufacturers ' 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 ofvehic1es 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
2.13 PRICES QUOTED
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions 'ev8-4-2017
Deduct trade discounts and quot~ 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 at one percent (.0075) administrative tee to their base bid prices at the time at bid
submission. This tee 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
olthe bid.
Awards made will be in accorda'nce with these terms and conditions. Each specification must be bid separately. If two
items are linked together, the compound item can be removed from the bid.
2.14 OPTION PRICING
FSA Cooperative Purchasing Program Administrator has the discrection to disqualify Bidders if the pricing is excessive.
The bidder shall offer discount below Manufacturer's Standard Retail Pricing (MSRP) or manufacturers published list price
for any factory add options included in the bid submission and in resulting customer orders, if awarded.
Agencies are encouraged to negotiate option pricing with Vendors. Discounts can be provided beyond published list price
of add options. The additional discounts for each add option shall be decided by the Vendor.
When calculating the price for a manufacturer's option requested in this bid that is not listed as an option in the
manufacturer's order guide (Le. model or engine upgrade), bidder must calculate the option price as 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.
FSA Cooperative Purchasing Program 2017~2018
Page 25
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions Rev8-4-2017
Example: Bidder CANNOT include option upgrades that result in the selling of a vehicle or truck on one
specification that is offered as a separate 5pe~ification in the bid solicitation. For examplel 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 opr,ons are allowable under this contract. Factory package opr,ons must be inciuded'ln the add options
within the bid document and detailed specifically as to what components the package includes.
Dealer package options are not allowed under this contract.
Prices for options submitted by the bidder for Emergency Vehicle Lighting shall include all applicable state and federal
fees and charges, not including installation. Motorcycle pricing will include installation. No additional charges or fees are
admissible.
2.15 SUBMITTAL OF BID
Bidders must submit their bid electronically on VeBA, which is located at http://veba,flsheriffs.org. In addition to the
submission of specifications through the VeBAwebsite, bidders who intend to bid on emergency vehicles are also required
to submit their lightbar package pricing through a separate document housed on the VEBA website. Any bidder who
offers emergency lighting and equipment to be installed on any vehicle or equipment, must provide evidence of EVT
certification for installation. This includes any third party suppliers and is applicable to red, blue or any color combination
of lighting.
A user name and password will be issued to qualified bidders. Prospective bidders are encouraged to download and review
the instructions located on the home page 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@liguifusion.com.
Prices are to be rounded to the nearest whole dollar (i.e. $10, not $10.05). Bids not submitted within VeBAwi11 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
FSA Cooperative Purchasing Program 2017-2018
Page 26
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions Rev8-4-2017
check the appropriate box indicating whether the 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 mus~ 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.
• 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
• Manufacturers 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 manufacturers print-out,. bid package must include
manufacturer's documentation that includes standard equipment and such other information that
provides verification that such item meets the base specification.
• Pricing Sheet for Emergency Vehicle Lighting and Emergency Light and Siren Certifications, if applicable
By virtue of the bid submission, Bidder acknowledges its obligation to seU 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 Administrators discretion.
2.16 EXECUTION OF BID
Bid must contain a manual signature of an authorized representative in the space provided on the Contract Signature
page. Failure to properly sign bid shall invalidate the submission, and the bid shall NOT be considered for award. All bids
must be completed in pen and ink or typewritten. No erasures are permitted; If a correction is necessary, draw a single
line through the entered figure and enter the corrected figure above it. Corrections must be initialed by the person signing
the bid. Any illegible entries, pencil bids or corrections not initialed will not be tabulated. The original contract conditions
FSA Cooperative Purchasing Program 2017-2018
Page 27
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions R,v8+2017
and specifications CANNOT be changed or altered in any way. Clarification of bid submitted shall be in letter form, signed
by bidders and attached to the bid.
2.17 MODIFICATION OR WITHDRAWALS OF BIDS
A Bidder may submit a modified bid to replace all or any portion of a previously submitted bid up until the bid due date
and time. Modifications received after the bid due date and time will 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-orograms!cooperative-purchasing-
p rogra ml dealers-on Iy
If there is a delay in posting the bid tabulation results, the FSA Cooperative Purchasing Program Coordinator will post a
notice of the delay and a revised date for posting of results.
2.22 MINOR IRREGULARITIES/RIGHT TO REJECT
The FSA has the right to accept or reject any and all bids, or separate portions thereof, and to waive any minor irregularity,
technicality or omission if the FSA determines that doing so will serve its best interest or the best interest of the
purchasers.
The FSA may also reject any bids not submitted in the manner specified in this document.
2.23 CONE OF SILENCE
This invitation to bid is subject to the Cone of Silence as indicated in the Bid Calendar. During this period all
communications regarding this solicitation between FSA and Bidder will cease, except for questions regarding problems
FSA Cooperative Purchasing Program 2017-2018
Pag' 28
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
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 vide;o regarding operation of VeBA. FSA is not responsible for Bidder's improper use of the website.
Exceptions will be granted to this section should any website malfunctions occur.
FSA Cooperative Purchasing Program 2017·2018
Page 29
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions R,v8-4-2017
3.0 CONTRACT CONDITIONS
3.01 GENERAL REQUIREMENTS FOR ALL VEHICLES AND EQUIPMENT
Once the bid has been awarded, the terms and conditions of this document become the Contract between the FSA and
the awarded Vendor.
The requirements specified herein apply to ALL vehicles or equipment purchased under the terms and conditions of this
contract_.ln 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 vehide standard equipment.
3.02 STATEMENT OF AUTHORITY
Each person signing the Contract warrants that he/she is duly authorized to do 50 and binds the respective party to the
Contract.
3.03 VENDOR CONTACT INFORMATION
The Vendor will maintain current contact information with FSA at all times.
If a change occurs during at any given period of the contract, the vendor must submit the Vendor Change Document to
the FSA. The Vendor Change Document must be completed, signed by an authorized representative and submitted via e-
mail to CPP@flsheriffs.org.
A sample Vendor Change Document can be found in Addendum A and online at:
https://www.flsheriffs.org/uploads/FSA%20Bid%20Award%20Vendor%20Info%20Change%20Document%20REv%20S-
16A%281%29.pdf.
3.04 BID EVALUATION CRITERIA
Bids will be evaluated to determine if eligibility and contract requirements are met. Responses that do not meet all
requirements of this invitation to bid or fail to provide all required information, documents or materials may be rejected
as nonresponsive.
Bidders whose Responses, past performance, or current status do not reflect the capability, integrity, or reliability to fully
and in good faith perform the requirements of a Contract may be rejected as non-responsible'. In determining a
responsible Bidder, the evaluation criteria will include:
• Adequacy of facilities, staffing, and financial resources;
• Previous experience with FSA contract or other similar government contracts;
• Ability to provide excellent customer service, including previous FSA contracts
In addition to first year bidders, FSA reserves the right to request staffing, performance and financial information from
any bidder during the evaluation process if FSA determines this information is necessary to award the bid.
FSA Cooperative Purchasing Program 2017-2018
Pag' 30
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions Rev 8-4-2017
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.
FSA Cooperative Purchasing Program 2017·2018
Page 31
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions Rev8-4-2017
The FSA reserves the right to ac~ept the renewal adjustment or to allow the contract to terminate and re-advertise for
bids, whichever is in the best interest of the FSA.
3.09 ADDITIONS AND DELETIONS
The FSA reserves the right to add or delete any items from this bid or resulting contract when deemed to be in the best
interest of FSA and the participating Purchasers.
FSA reserves the right to remove, discontinue or su~pend the sale or offering of any product or commodity within the
Invitation to Bid document or existing contract, at its discretion.
This decision to take action may be based upon and not limited to:
• Few or no sales
• Product recalls and other safety issues
• Dealer/Manufacturer performance
• Lack of relevance of products/commodities
3.10 EQUITABLE ADJUSTMENT
The FSA Cooperative Purchasing Program Administrator may make an equitable adjustment to the contract terms or
pricing at its discretion.
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
vehide, 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 orshipped ·as a result ofthis 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 dose 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.
FSA Cooperative Purchasing Program 2017·2018
Page 32
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions .ev8-4-2017
If a purchase order has been timely received by the Vendor or the manufacturer, and the manufacturer fails to produce
or 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 IIPursuit 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 ofTechnology, Management and Budget
Police Vehicle Evaluation Program
http:/(www.michigan.gov/documents/mso!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/statjc content/srvc!documents/2017 Vehicle Test Booklet.pdf
Motorcycles: http://www.la~sherjff.org/s2/static content/srvc/documents12017 Motorcycle Test Booklet.pdf
3.17 SPECIAL SERVICE VEHICLES:
Vehicles in this category in some cases have been reviewed by one or more of the nationally recognized authorities on
Police Vehicle Testing Program/Evaluation. These vehicles are often referred to as "Special Service Vehicle" (SSV) and
often used in public safety applications and other areas of government. Please refer to manufactures published
information for detailed information regarding these vehicles.
FSA Cooperative Purchasing Program 2017~2018
Page 33
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing 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 upfitthe chassis utilizing a third party supplier and the work is outside olthe scope of the purchase
order issued to the dealer by the agency, then the third party supplier must perform all the state mandates and issue the
appropriate registration/title to the agency upon completion of the work.
FSA highly recommends that all upfitting of cab and chassis be performed by vendors who are licensed/certified to
perform such work to avoid unnecessary exposure to future liability.
The requirements of Florida Statute 319.21 related to the manufacturer statement of origin apply to-cab and chassis
purchases.
3.20 FACTORY INSTALLED
All options specified as factory installed are to be installed on the vehicle at the primary site of assembly and is to be the
manufacturer's standard assembly-line product. No aftermarket and no dealer "installed equipment will be accepted as
factory installed. Vendors found supplying aftermarket or dealer installed equipment where factory 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.
FSA Cooperative Purchasing Program 2017·2018
Page 34
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions Re,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
Installaflon through EVT Cert'lficafl~n Commission, Inc. or an apprqved equivalent.
The Florida Sheriffs Associa~ion Cooperative Purchasing Program Administrator may at any time during the contract
period request proof of the required certification.
Any awarded Vendor that violates this provision will be considered in default of the contract. FSA may terminate the
contract ten (10) days after a written notice of violation is provided.
3.22 NON-SCHEDULED OPTIONS
FSA attempts to include scheduled, factory and aftermarket options in the bid document. If an agency requests a non-
scheduled option that is not included in the bid document, the Vendor may provide this non-scheduled option. The
Purchaser has the opportunity to request the Vendor's discount pricing for any non-scheduled options during the quote
process. At no time should the non-scheduled option exceed MSRP or Published List Price.
Non-scheduled options should be listed as a separate line item and noted on the purchase order to include the price. All
non-scheduled options are covered underthese terms and conditions.
3.23 FORCE MAJEURE
A Vendor shall not be penali2ed for a delay resulting from the Vendor's failure to comply with delivery requirements if
neither the fault northe negligence of the Vendor or its employees contributed to the delay and the delay is due directly
to acts of God, wars, acts of public enemies, strikes, fires, floods, or other similar cause wholly beyond the Vendor's
control, or for any of the foregOing that third party suppliers if no alternate source of supply is available to the Vendor.
3.24 DELIVERY TIME
Vendors shall specify the estimated delivery time in calendar days for each item. The Purchaser should consult the Vendor
regarding vehicle production schedules. Delivery shall be within the normal working hours of the user, Monday through
Friday, excluding holidays.
FSA Cooperative Purchasing Program 2017-2018
Page 35
3.25 ORDER
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions RevB-4-2017
The Vendor shall submit a copy of the purchase order to the FSA Cooperative Purchasing Program Coordinator within 14
days of receipt from the Purchaser.
1. Purchasers shall issue a purchase order to the Vendor, which shall include the contract number, specification
number, Purchaser's federal identification number, name of point of contact and agency, phone number and
email address. Required delivery or due dates should be discussed with the dealer at the time of the quote. It is
important to note that Vendors do not have ANY control over production delays in schedules from the
manufacturer.
While it is recommended that an agency purchase from the "zone" which is closest to their location, it is not
mandatory to do SQ, 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-af-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 .Iater 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 andthe
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.
FSA Cooperative Purchasing Program 2017-2018
Page 36
3.26 VEHICLE DELIVERY
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions Rev8-4-2017
At a minimum, pre-delivery service shall include the following:
• Standard Dealer and Manufacturer protocol for new vehicle delivery;
• Cleaning of vehicle, if necessary, and removal of all unnecessary tags, stickers, or papers. DO NOT remove window
price sticker or supplied line sheet;
• Speedometer must be correct regardless of the tires provided by the vehicle manufacturer or axle ratio furnished;
• Owner's manual and warranty manual to accompany each vehicle; and
• MSRP list sheet (window sticker) MUST be in the vehicle when it is delivered to the Purchaser. Vehicles that are
missing this form, or have forms that have been altered will not be accepted.
The successful bidder shall be responsible for delivering vehicles that are properly serviced, clean and in first class
operating condition.
Vendor shall complete delivery of the vehicle to the Purchaser within fourteen (14) calendar days of receipt of the vehicle
from the manufacturer or equipment supplier. Vehicles originating as an incomplete vehicle would be exempt.
Receipt of a vehicle by the Vendor is defined as acceptance olthe 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 vehi,cles 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.
FSA Cooperative PurchaSing Program 2017-2018
Page 37
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions Rev 8-4-2017
3.27 INSPECTION AND ACCEPTANCE
It is the responsibility of the 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 Purchasers responsibility to thoroughly inspect each vehicle prior to acceptance. Copies of the bid specifications
and purchase order will be delivered with the vehicle. Purchasers are to inspect the vehicle and compare bid
specifications, purchase order and manufacturers 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 Customers 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
FSA Cooperative Purchasing Program 2017-2018
Page 38
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions Rev 8-4-2017
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 documenltitle in the subject
line of the e-mail and send purchase order copies to coop@flsheriffs.org.
The files should be named using the following examples:
Examples:
County = Florida County, County of PO 12345 ABC County BCC PO 12345.pdf
FSA Cooperative Purchasing Program 2017-2018
Page 39
flORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions Rev 8·4·2017
City = Florida City, City of PO 12345
Sheriff = Sheriff Office of PO 12345
Education = Institution Name P012345
Quarterly Reports
ABC City PO 12345.pdf
ABC Sheriff PO 12345.pdf
ABC County College PO 12345.pdf
Quarterly reports are the contractual responsibility of each awarded Vendor. Quarterly Reports which do not adhere to
the required format or are not complete of all purchase orders will be returned to the reporting Vendor for correction of
deficiencies.
All quarterly reports are to be sent to coop@flsheriffs.org.
Quarterly Reports must be complete with the name of the dealer and the date. For example, "Spa mot 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 15'h day of the month following the end o!the quarter.
Quarterly reports should follow this schedule:
Quarter 1: October 1-December 31
Quarter 2:
Quarter 3:
Quarter 4:
January 1-March 31
Aprill-June 30
July 1-September 30
Ql 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 will be accompanied and
supported by a Quarterly Report.
Dealers are to include three quarters of one percent (,0075) to the base bid prices. The fee should be incorporated into
the price at the time of bid submission This fee should also be included on all add options.
It should never be listed as a separate line item on any purchase order.
The administrative fee is based on the total purchase order amount of new vehicles or equipment. This fee excludes any
value given to Purchasers for trade~ins. Trade-ins, extended warranties and other exchanges will not reduce or impact
the fee calculation.
The administrative fees is the contractual responsibility of each awarded Vendor.
By submission of the Quarterly Reports and admistrative fee, the Vendor is certifying the accuracy of the reports and
deposits. All reports and fee submissions shall be subject to audit by the FSA or their designee.
FSA Cooperative Purchasing Program 2017~2018
Page 40
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions Rev8-4-2017
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:
3.34 FINES
Florida Sheriffs Association
Cooperative Purchasing Program
2617 Mahan Drive
Tallahassee, FL 32308
Failure to submit the administrative fee with accompanying quarterly reports within 15 calendar days following the end
of each quarter will result in late fines. Vendors failing to submit administrative fees and Quarterly Reports will incur a
$25 late fee for every day that fees and reports are past due, beginning on the 16'h 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
FSA Cooperative Purchasing Program 2017-2018
$25.00 per day
$100_00 per Purchase Order
.0075 of the sales price plus 1.5% each
month following the delivery date.
Page 41
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions R'v8-4-2017
Addendum A
Florida ~It.f~ Association
Coopemln Purdla,I .... Pro .... m
Velldor Charlge Dotumelit
P/ett~ ci)mplfie, thl:,!/ofm-w V(l/idare:a tWq~~e4 chang,. t_O Coir.1~qmf~dd;e~$'~}~~(:t$' tH' COfJJact:1n/¢nnptloti ~/o\'l.
inClUde an $€dIon,~ WMJ:&' Jfl.fWmrttfo1l. has dlangert. ,old-and fflI,~.
F5AContrict Numllerl.).lfetbod bycfiallle:
Name'Of AUthorlzetfeornpany RepresentatiVe _______________ _
IObTlti",--_________ _ Q~l';)fReql.!est _________ _
Authorlzed:Company Representative stgnature: ________________ _
FSA Cooperative Purchasing Program 2017-2018
Pag' 42
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions Rev 8-4-2017
AddendumB
FSA CONTRACT ZONE MAP
WIlSTERN
WHrI'JlN
BAY
CALHOUN
OIXlE
I'SCAMlIlA
FlIANKLIN
GADSDEN
GULF
HOLMES
/ACKSON
JEFFERliON
LAFAYErI'E
LEON
L!IIIllITY
MADISON
OKALOOSA
SANTAROSA
TAYIDR
WALTON
WAICIlLIA
WASHINGT~N
CIiNTIL\L
IlllEVARO cmrus
DESO'l'O
HARDJm
HI'JlNANDO
HIGHLANDS
HILLSBOROUGH
INDIAN RIVER
LAKE
MANATIlE
OKEECHOmm
ORANGE
0SCIl0I.A
PAllCO
I'INllLLAS
POLK
ST.LUCIIl
SARASOTA
SEM1NOLE
SUMTER
v.ULlDIS
NOIilI'l1EllN
ALACHUA
BAKER
J!lW}FORQ
CLAY
COLllMIIL\
DUVAL
FLA.GI.ER
G1I.GHIUST
HAMILTON
LEVY
MAllION
NASSAU
pllTNAM
ST. JOHNS
SUWANEE
UNION
VQU1SIA
solTI1lJlRN
BROWAIID
CHARLO'lT.Ii
COWEll
GLAI1llS
HENDlIY
LIm
MARTIN
MIAMI-DAJ)£
MONROE
PALMIlEACH
FSA Cooperative Purchasing Program 2017-2018
CENTRAL
NORTHERN
Page 43
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions Rev 8-4-2017
AddendumC
CONFIRMATION OF ORDER
FIQrlda SheriffSA$soC)i.atfo!'l
& Flon'da Association of Counties
CAB & CHASSIS TROCKS &, OTHER FLEET EQ.UIPMENT
BID NO. xxxxxxxxxx
A Conflrmalfon 01 Order form .hall be completed by the Vendar and rewrned to the Pureh ... r
:titcilleridat days .frOm-recerpt ofputthase order' witHout'notificatlon by'the Purc:haser:
TO BECOI\IIPLETED BY DEALERSHIP,
D· •• I ... hlp' ___________ ~ ___________ _
IIdq, .... : ________________________ _
<;Ity: _________ ~ State: ____ --~tr~: _____ _
(ol1tact Persom
~~-~~~~-~-----~~~~--
Phone-Number: f •. ~' ------------------------------
speclflcatlon No. ___ ~ Type Vehlde' ______________ _
purchase order Numbor: ________ purchase Order Received: ____ _
Ord.r Wa. Plac.d With the Manufacturer on:
under Production Number:
Dellveryshquldac •• r within ___ oale)1dard.~ .il;.r reci!lPI.Qf ~ur.ch •. s •. Qrde',
'A.topy of-llie Required Production SheetIs)'are-Attached ror .. Vour Fila
COmments: _______________________ _
~n~: ________________________ _
COntaOtPersoh: ______________________ _
Address: ________________________ _
gIY' ___ ~ ______ ~Sta(e: ____ _ Zip: -------
PhoneNumb .• t: __________ Fa~: ___________ ~
E--mall: _________________________ _
FSA Cooperative Purchasing Program 2017w 201B
Page 44
Name. IAaoncy
IP .... Total
flORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions Rev8-4-2017
AddendumD
PNSERT DEALERSHIP NAME HERE] (In..,t _Hoad"Edlil
QUARTERLY REPORT for BID II [Enter Bid Numberj
Effective Dates: Oct 1.2017 tlru september 30.2016
POll ..... e·.11 PO Date Amount Admln.fM
,
· · ·
,
,
,
,
· -
,
,
· -
, ,
-=-
" -
,
,
,
·
c
'-
,
·
,
,
$ . .
Fees and reports are due no later than the 15th of the month following quarter end.
FSA Cooperative Purchasing Program 2017~2018
Page 45
ATTACHMENT B
CONTRACT .FOR CAB & CHASSIS TRUCKS & OTHER FLEET EQUIPMENT
• Contract Price, Specification #71
• City of South Miami Quotations and Specifications
Page 6 of6
Thomas F. Pepe -1.23.18
~
FLORIDA
ASSOCIATION OF
COUNTIES
All About florida
FLORIDA SHERIFFS ASSOCIATION
& FLORIDA ASSOCIATION OF COUNTIES
125KW GENERATOR PACKAGE
SPECIFICATION #71
2018 Tradewinds TP125
The Tradewinds TPI25 purchased through this contract comes with all the staodard equipment as specified by tbe manufacturer for
this model and FSA's base vehicle specification(s) requirements which are included and made a part of this contract's vehicle base
price as awarded by specification by zone.
ZONE: Western
BASE PRICE: $41,173.00
Northern
$41,173.00
Central
$41,173.00
Southern
$41,173.00
While the Florida Sberiffs Association and Florida Association of Counties have attempted to identify and include those equipment
items most often requested by partieipating 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 addldelete options which
allow the purcbaser to tailor the vebicle 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 nuit cost andlor add the cost of any equipment items you wish added to the base nuit cost to determine the
approximate cost of the type vehicle(s) you wish to order.
NOTE: An official listing of all addldelete options and their prices should be obtained from the appropriate dealer in your zone when
preparing your order. Additional addldelete options other thoo those listed bere may be available through the dealers, however, those
listed here must be honored by the dealers in your zone at the stated prices.
2833
VEHICLE:
DEALER:
ZONE:
BASE PRICE:
Order Code
T20-UL-FS 1
T30-UL-FS 1
TS6-UL-FS 1
T60-UL-FS 1
TP80-UL-FS 1
TPIOO-UL-FS 1
TGM30'UL-FS 1
TGM4S-UL-FS 1
TGM60-UL-FS 1
TGM80-UL-FS 1
ITlOO-1S0-FS 1
ITI51-300-FS 1
IT301-600-FS 1
TP125
Tradewinds Power Corp Tradewinds Power Corp
Western Northern
Tradewinds Power Corp
Central
Tradewinds Power Corp
Southern
$41,173.00 $41,173.00 $41,173.00 $41,173.00
.Delete Options
I Downgrade generator package -20KW
Downgrade generator package to 20kwe, TIER Compliant diesel engine, SOgal UL tank-. 80amp breaker, NFPA 110
·1 controUer, 11IQrine grade aluminum enclosure with stainless steel hardware. Unit nonproprietary. 1
! Downgrade generator package -30KW I Downgrade generator package to 30kwe, TIER Compliant diesel engine, SOgal UL tank. I SOamp breaker, NFPA 110
, controllel~ man-ne grade aluminum enclosure with stainless steel hardware. Unit nonproprietary. 1
Downgrade generator package -50KW
Downgrade generator package to 56kwe. TIER Compliant Diesel engine, 75gal UL taM;. 300amp brealrer,NFPAIIO
controller, marine grade alwnmum enclosure with stainless steel hardware. Unit nonproprietary. 1
Downgrade generator package -60KW
Downgrade generator package to 60kwe. TIER Compliant diesel engine, 75gal VL rank, 300amp breaker, NFPAIIO
controller, marine grade aluminum enclosure with stainless steel hardware. Unit lIonprop,·ietary. 1
Downgrade generator package -80KW
Downgradegei!e,.;m.j1pclioieto 81JhveP ... kina, TIER ComplitmJ, :7SflUI UL.tmIk. 40iJamp breQJr.r,NFPAII0
Controller. ~ grti4e ~Iuminum enelOsllre With stJJin1ess nul h~re. Unit iwnpropri6Rzry~ 1
Downgrade generator package -IOOKW
Downgrade generator packtzge to lOOkwe Perkins, TIER Compliant, 75gal UL tank. 500amp breaker, NFPAIIO
controller, marine grade aluminum enclosul'e with stainless steel hardware. Unit nonproprietary. 1
Downgrade g~r1l3Cka2e -specify .
IJuwniirat!e from -125kWe diesel'to. IOlwe 1¥lruraJ gas or propane with marine grade sound attenuated enclosure With
,Ioinlu, steel ~ ._."..ub base. 150amp breaker. GM engine .. 65d11A @ 21~ 180lHpm, NFPA 110
controller, ~Mq. ll.nl! "im-proprietrUy. 1 .. .
Downgrade generator package -specify
DowngradeJrom 125kwe diesel to 45kwe natural gas or propane with marine gl'ade sound anenuated enclosure with
stainless steel hardware, aluminum sub base. 200amp breaker. OM engine. 70dBA@2I'. 1800rpm, NFPA 110
controller, PMG. Unit non-proprietary. I
Downgrade.!leIl¢mtor package -specify .
~gtQdefrom 125kwe diesel to 60kwe natural gas·or propane wiSh marine-grade Stnlrrd attenuated encl(J~ with
staitJ/_ steel/umlware, aI"",itJwn s.bbas~ JOOamp breaker. GM engine, 70dBA. @21', 18/JOrpm, NFP A. 110
ccmtroller, PA{G. Unit n01!'1JI'OPrielfl1y.l .
Downgrade generator package -specify
Downgrade /rom 125kwe diesel to 80kwe natural gas with marine grade sound attenuated enclosure with stainless
steel hardware, aluminum sub base. 300amp breaker, GM engine, 70tiBA @}]" 1800rpm, NFPA 110 controIler.
PMG. Unit non-proprietDlY 1
Downgrade generator package -specify
Delete option -specify
100-150amp, 1 or 3 ph, Installation of transfer switch, mounted up to 15 feet away froln main power source.
Installation of generator power 1I0t to exceed 50 feet away. Obtain permit, pour pad, set and install generator. and
transfer switch. Cost per amp. I
Delete option -specify
!
151-300amp, 1 or :I ph, Installation of transfer switch, mounted up to 15 fut away .from main power source.
Installation of generator power not to exceed 50 feet away. Obtain penni/, ptnlr pad, set and install generator. and
! tranlf(er switch. Cost per amp. 1
! Delete option -specify
i 601-IOOOamp. 1 or 3 ph, Installation of transfer switch, mounted up to IS feet away from main pawer source.
i Installation of generator power nor to exceed 50 feet away. Obtain permit. pour pad. set and install generator. and ! transfer switch. Cost per amp. 1
All Zones I ($14,084.00)li
i ($11,944.00)1
($6,577.00)1
\ ($4,673.00)1
($4,255.00) 1
($4,095.00)1
($11,636.00)1
($7,726.00)1
($6,474.00)1
($4,980.00)1
I I NA
1($38,195.00)11
I I
i 11 I ($38,200.00) !
I '
I i
i Ii , ($38,210.00) . ,
2834
VEIDCLE:
DEALER:
ZONE:
BASE PRICE:
ITIOOI-4000-FS 1
500TANK-UL-FS 1
100OTANK-liL-FSl
DELETE-A-FS 1
DELETE-B-FS 1
DELETE-C-FS 1
Delete-D-FS 1
TIO-TP-FS 1
T30-TP-FS 1
TG-N-! OO-FS 1
TG-P-loocFS 1 ,
Order Code
TPI25
Tradewinds Power Corp Tradewinds Power Corp
Western Northern
Tradewinds Power Corp
Central
Tradewinds Power Corp
Southern
$41,173.00 $41,173.00 $41,173.00 $41,173.00
i Delete option -specity . ! } 001-4000amp. I or 3 ph. Installation of transfer switch, mounted up to 15 feet away from main power source
'I 1mtallation of generator power not to exceed 50 feet away. Obtain permit, pour pad. set and i1l3tall generator. and
transfer switch. Cost per amp. 1
. Delete option -specity 1500 gallon. UL 141. above ground steel storage tank with requrredfittings and delivery og..loading by others
Delete option -specity
1000 gallon, UL 142, above groU1ld steel storage tank FDEP Compliant with requiredftttings tmd delivery.
Off-loading by others. 1
Delete option -specity
Delete aluminum weather enclosure and sub base/uelfrom 9kwe -30kwe packages and provide steel sub base with
loose mufjIer, exhaustjlex; and rain cap 1
Delete option "specity
Delete.ahmtlnlllll weqth~r endosure and sub baae foel from 31ltwe -1 OOkwe packages and provide st(!el sub base with
loose 1f!UjJler, exJiauSt flex; aiuJ rain cap I
Delete option -specity
Delete aluminum weather enclosure and sub basefuelfrom lOl/cwe -200kwe packages and provide steel sub base
with loose mr4Jler, exhaust flex, and rain cap 1
Delete Option ~ specity
Dekl< iU..,lmIm weatloercenc/08U1'e and subb .... jirelji-om 10lkwe -400kwe packages and provide steelsub bas.
with looSe mrdJler, ~lI#jlex. imd nWJ cap 1
Delete option -specity
Upgrade generator package to 20kwe Total Pac with emission compliant engine, transfer switch prewi,.ed inside
marine grade aluminum enclosure, 150amp, stainless steel service disconnects, and 150gal tank. UL 142 tank. Unit
non-proprietary UL Listed 1
Delete option. specity
upgrade ~or.¢Clr{lge to 30hve Total Pac with emfssion compliant engine, tfllns/er 8Witch p~red inaide
marine gmde-a1~ encliJauTf!, 200titJiJi, ataInless steel service disconnects. and.1SOgaI tank. UL·142 tank. Unit
min-proprietary ~'Lfsted 1 '.
Delete option -specity I Upgrade generator package to 100/cwe natural gas engine aluminum sub base, 175amp breaker. NFPAl10 I controller. marine grade aluminum enclosure with stainless steel hardware. Unit non-proprietary 1
I Delete optiOIl-specify . . .
UpgraJe generator package to lOOkwe liquid propanefoeled gas engine aluminum sub base, 17Samp breaker,
NFPA110 conlroller~ milrine ~ aluminUm enclosure with stainlesa steel hardwars. Unit non-proprielflry 1
Delete option -specity
I Delete option-specifY
i Delete option -specity
Add Options
1($38,225.00)11 , I
\ j
i
! , 1
! ($31,000.00)
! !
I $ 1 I ( 26,443.00)
I ($34,929.00) 1
($32,929.00)1
($30,429.00)'
($1,580.00)1
($680.00)1
($1,508.00)1
($299.00l
NA
NA'
NA\
AD Zones
Options are to be discounted below Manufacturer's Standard Retail
Pricing (MSRP) or manufacturers published list price for any factory
add options. Purchasers are encourage to negotiate pricing for
options. Additional discounts for each add option shall be decided by
the Vendor. Please refer to the Contract Terms and Conditions,
2835
VEIDCLE: TPl25
DEALER: Tradewinds Power Corp Tradewinds Power Corp Tradewinds Power Corp Trodewinds Power Corp
ZONE: Western Northern Central Southern
BASE PRICE: $41,173.00 $41,173.00 $41,173.00 $41,173.00
I Section 2. 14 Option Pricing.
TP150-UL-FS 1
TPI75-UL-FS 1
T200-UL-FS 1
T250-UL.FS 1
T300-UL-FS 1
TP56-TP-FS 1
TP65-TP-FS 1
TP80-TP-FS 1
TPIOO-TP-FS 1
Ti25-TP-FS 1
TPI50-TP-FS 1
TPI75-40()'TP-FS 1
TPI75-60()'TP-FS 1
I Upgrade generator package -150KW
I
Upgrr;d~ generator package to 150kwe TIER compliant engine. 300gal'tank, 400amp breaker. NFPAll 0 controller,
marine grade aluminum enclosure with stainless steel hDrdware. Unit lIon-proprietary 1
'Upgrade generator package -175KW I Upgrade generator package to 175kwe Perkins TIER compliant engine, 300gal tank, 400amp breaker. NFPAI10 I contraIle,., marine grade aluminum enclosure with stainless steel hardware. Unit non~proprietary 1
I
Upgrade generator package -200KW
Upgrade generator packap to 20Okwe, with TIER compliant engine. JOOgal tant SOOamp breaker. NFPAI10
controUer. marine grcide aluminum enclruure with ~in1ess steel hardware. Unit non-proprietary 1
. Upgrade generator package -250KW
Upgrade generator package to 250kwe with TIER compliant engine. 500gal tank. JOOamp breaker.
NFPAIIOcontroller, marine grade aluminum enclosure with stainless steel hardware. Unit non-proprietary 1
Upgrade generator package, 300KW
UpgrtUk generai<>r pocwgeto 300kw.With eJ1h2r 77ER compl/altt ~ StiOgaI Oink, 6~ brealo,NFPAIIO
controller; ~,grade a1~ encl~B.~3taJ,,'ess stee1,~e. Unit~aiY" . .
Upgrade generator package -specify
Upgrade generator package to 56kwe UL 2200 approved Total Pac, TIER compliant engine~ transfer switch prewired
inside marine grade aluminum enclosure. 200amp. stainless steel service disconnects, and 150ga1 tank UL 142 tank. I
Unit non-proprietary 1
Upgrade generator p~kage-specify
UpgrtUk gtnmllor J>a<kag< to6SIowe {!L 2200 approved Total Pac, 77ER """'l'IUmi.;,g;. .. """'ferswit<:~preWired
inSide marliJe-graiIe alilmi7JU1n enclosure.1SOamp, 3iainleas steel service d1scOnnictS, imd )jDgal.tank ut )4i tank.
Unit no"1'roprieJory I
Upgrade generator package -specify I
Upgrade generator package to 80kwe UL 2200 approved Total Pac. TIER compliant engine, transfer switch prewired i
inside marine grade aluminum enclosure. 250amp. stainless steel service disconnects, and 150gal tank UL )42 tank.
Unit non-proprietary 1 .
Upgrade generator package -specify
UpgradB generator pm:kage.to lOOkwe UL 2200 approved 1btaI Pac. TlERcompliant engine, tran:ifer ~wjfch
prewlnd inside -marine grade aluminum enclosure, 400amp. stainless steel service diScorpiecta. and 150gal tank UL
142 tank. -Unit non-proprletary 1 .
Upgrade generator package -specify
Upgrade generator package to 125kwe Total Pac. Perkins/John Deere TIER compliant engine. transfer switch
jprewired inside marine grade aluminum enclosure, 400amp, stainless steel Service disconnects, and 300gal tank UL
, 142 tank. Unit non-proprietary 1
Upgrade generator package -specify .
Upgrade generator package to 153kwe TQtal Pac with TIER compliant engine, transfer switchprewired "",ide marine
grade aluminum enclosure. 400amp, stainless" giesl service disconnects. and 500gaJ 1m UL 142 tank. Unit
non-proprietary 1 .
, Upgrade generator package -specify
! Upgrade generator package to 175kwe Total Pac with TIER compliant engine, transfer switch prewired inside marine i grade aluminum enclosure. 400amp. stainless steel service disconnect~. and 500gal tank UL 141 tank. Unit I non-proprietary 1
I Upgrade generator package -specify
I
Upgrade generator package to 175kwe Total Pac with TJER compliant engine, transfer switch prewired inside marine
grade alUminum enclosure, 600amp. stainless steel service discomuJcts. and 500gal tank UL 142 tank. Unit
! non-proprietary 1
I
$7,686.001 1
$9,795.00 1
$39,800.00 1
$49,549.00 1
$8,627.001
1 $11,578.00
$14,850.00 1
,
1 $17,468.00
$31,231.00 1
1
$32,295.001 \
1
II $34,645.00 I
,
$4 Ii 1,528.00 ,
2836
VEIDCLE:
DEALER:
ZONE:
BASE PRICE:
TP200-400-TP-FS I
TP2oo-600-TP-FS I
T-150tank-FS I
T -200tank-FS I
TT -8ooO-UL-FS I
TC-8000-UL-FS I
TPOL-FS I
TPOLl_FS1
TJ-125-FS I
TG-125-FS I
TG-195-FS I
TG-150-FS 1
TNFPA-FS I
TAMPI-FS I
TAMP2-FS 1
TISO-FS 1
TP125
Tra4ewinds Power Corp Tradewinds Power Corp
Western Northern
Tradewinds Power Corp
Central
Tradewinds Power Corp
Southern
$41,173.00 $41,173.00 $41,173.00 $41,173.00
I • ; Upgrade generator package -specify 1
, Upgrade generator package to 200kwe Total Pac with TIER compliant engine. transfer switch prewired inside marine!
I grade aluminum enclosure. 400amp. stainless steel sen;ice disconnects. and 500gal tank UL 142 tank. Unit. i
1 1IOn~proprielary I
Upgrade generator package -specify
Upgrade generator package to 200kwe Total Pac with TIER compliant engine, transfor switch prewired iMide marine
griule almillum enclosure, 600amp, stainless steel sertlice disconnects, and 500ga/ tank UL 142 lank. Unit
non-proprietary 1,
Upgrade generator package -specify
Optional equipment-specify
Upgrade mating UL 142 subbase foel tank to 150 gallons with FDEP package and exterior corrosion resistant paint
appli4d I .
Optional equipment -specify
Upgrade existing UL 142 subbase fuel tank to 200 gallons with FDEP package and exterior corrosion resistant paint
applied 1
Optional equipment ~ spc;cify '.'
890Q gallon, UL -142. steel subbase foel tmJk to accept one or two generators with necesaary rililings. steps. electrical """'Ups, .1Id FDEP fiR port, 1
Optional equipment -specify
8000 gallon, UL 2085, above ground concrete foeltank with all necessary fittings, ground level fill point. and
alarms. I
Optional equipment -specify .
$tIpply tPul 11I8taO interior enc10siUe maintenance lights with 60 min timer I
Optional equipment -specify
Supply and install diesel fuel polishing system 1
Optional equipmeI!t -specify
SUpply-/ooae portable diesel fuel pollshi,!g system 1
Optional equipment -specify
Change bid model engine to TIER emission compliant John Deere engine with same specification and rating. 1
Optional equipment -Specify
Upgrade generator package to 12,kwe natural gas or propane engiM. Qlum~ subbase. 200amp brealcer.
NFP .AlIO 'conIroUer. marine grade aluminum enclosure with stainless steel hardware. UlJit nan-proprktiuy 1
Optional equipment -specify
Upgrade generator packagr: 10 195kwe natural gas or propane engine. aluminum subbase. 300amp breaker,
NFPAl10 controller. marine grade aluminum enclosure with stainless steel hardware. Unit non-proprietary I
Optional equipment -specify
Upinule generator package to 150kwe natural gas or propane eilgiM. aluminum subbase. 2jOamp breaker,
NFP.A1}0 controUer. _marine grade aluminum enclosure with stainless steel hardware. Unit non-proprktary 1
Optional equipment -specify
Upgrade generator control panel to inclJ/de but not be limited to NFPA 110 requirements I
I Optional equipment -specify
Upgrade generator main breaker to }0()D;6 rated breaker with shunt trip. 50 -400amps. 1
I I Optional equipment -specify
: Upgrade generator main breaker to 100% rated breaker with shunt trip. 401 -1600amps. 1
i Optional equipment -specify ! Shipped loose steel spring vibration isolators that go underneath equipment. 1
$38,850.00 1 !
I
$44,850.00
1 !
NA
1 $2,380.00
I $3,840.00
1 $44;750.00
1 $64,582.00
$1,240.00 11 .. !
I $3,850.00
1 $8,560.00
1 $3,650.00
II $15,289.00 I
I
$36,150.001 1
11 $16,250.00 1
I
$1,650.001
1
1 i $2,500.00 i
Ii $5,680.00 ;
2837
VEHICLE:
DEALER:
ZONE:
BASE PRICE:
TSCD-OI-FS 1
TRMA-02-FS 1
TREG-03-FS 1
TDV ARP-04-FS 1
EX-SS-FS 1
TMAIN _11
5yr-FS 1
TPI25
Tradewinds Power Corp Tradewinds Power Corp
Western Northern
$41,173.00
Tradewinds Power Corp
Central
Tradewinds Power Corp
Southern
$41,173.00
Optional equipment -specity
SCADA interface box with dry contacts I
$41,173.00 $41,173.00
Optional equipment -specity
NFP A. -110 compliant generator remote anntmciator panel. (Flushed or Surface mounO Shipped Loose. 1
Optional equipment-specity
Emergency break glass push burton mounled in a NEMA 31' box. (Shipped Loose) 1
Optional equipment -specify . .
Generotorvoltage regulator upgradefor Jph sensing with PMG. 1
Optional equipment -specity
Stainless steel exhaust which includes mujJleJ", rain cap. piping and clamps. 20 to JOOkw I
Optional equipment -specity
Optional equipment -specity
Optional equipment -specify
Maintenance Plan -specity
One (1) maintenance trip to change oil, oil filter. andfuel filters for uniis below 200kwe. Inspect/check operation of
generator set and ATS. Take oil sampIefor evaluation. 1
Ma,int_ce Plan -specify .
OIIe(J) _ trip to cIr;mg< oi( .,1jilt<r. tmd fiul jilk" for units above 20Jkwe -61R!kwe. ITJN[lecticheck
operation of generalOl' ,et and A.lS. Take ai/sample for evaluation. 1
Warranty -specity
j year, 2500 hour stQJ1dby extended warranty to include engine, alternator, breaker, control panel, Enclosure, but
excludes foel tank. price is 5% aftotal purchase price. 1
Warranty -specity
, Warranty -specity
$1,250.00 1
1
!
1
$989.001 1
$450.001 1
d $1,452.00 I
l' $2,985.00 I
NA
NA
NAI
$925.00 1
1 $1,850.00 I
2838
I
Stdll
NAI
NA!
I
TO:
.. P(2WERC(lRP
QQPS·kR"Jldjj~.~ $e!;>r.I~g,FloIJa~ 3~&7,ii
'. • ... T~r&!>3·aa.2';:21!i!i. F1l!oXia~'·3~M206 l\('\I!W.tradewfndsp.OW~t.CO(ll : •• www'perklnspower.cQ(ll
··C;lW·pf$,,~jh~.I.aml
4795SW 7;5t1i}\Y~'
Miami,FJ.. .~.lli.li
TeJ'(1I0!'!),.<\PHQ7l1
Atti'l:Mri Eddy Torres ..
'----. , .
Idp~orlar.l;'quipmlent [ncluded Inabovil
B,,!I6JYq!l~le~~!la: 1!1~¢fi " .. 12Qva.c;tph, B~'I' p'tiarllerwlth !lamp, 12vdc output
120\1110; tph, 7S01/i~tf.theffijlista~callY coHtioUj\d j~~k!\t wa,t~r ,neaterWith: ~ia~~6all,vaf.Ye$ in'sla.lieq onlnletai1~Quftetfcr<llls~ o!',e.rvice. ,. ,.
$~lbJiiek<l!W~terI\Ejatll:tand~attE;I)'C~.Il(ller aWI\l.$flll)~.en" ptE!Wif!1~ to a, .i!up!~.~leetrioal c!l\!!i~m(fl,!fit~insigeo' m.~th.er.enCIQsure, LowwalerleVel$WitOllsa~Qe{fQr Visible. water l~v~lln fankwlth QverhoW
contai~menl <;>lM)~il1e(. '., . .' .... . ,'. , '
CntlcalgradIJexhaustsilencermounted i"'\IIm with.frexliXhau$l'applie<l,
.iH~~\IY R~tY <i(tif)i~er''tyPe,.Alr~Ii>~rer .' '.
'25Ql.!lI1lP,ClroUit Sl:$£1kar, .IJLRated
2P0I"~II.gr, !JL,.t\fIp~edi~~IS~~Qi!S,(i,.Fq~lla!1l< Willi 8.ea('j;'~qttic~I.!!Mj"
g):! Area. ~~akD,et~ction, FtfelLevel 'and'Low,Fuellie~elll\larrn, Tank shall be
ji!li$fi~' paint~Q'Witl\,atNg part. tlj:ipxyitli'li$l\'idt' ccrroa!pl)PtOlectioi1.
Drtlp over, 'AlulnltlOInSOUlldfinelosur" With )i'ettibill£j,lIctrargeA\li; ~Iai.nl(!l!s st~ll:lar<jwa:te; K~y~,qll\ll~ilQ'optli' •. ·P~ij~t 9qvei.,'.~nQ 'M\iffletMlltii)i,,~ .
In F.tont1!uro Ho.od"Enclosure Is ,atedlar 150mpnwind'ioad pers18le,Wind
~:f~d~~I:~~3!~t:r ~b~~m~::"nq l'l~ierWilJ be II1~t~lIEil!.j)tl'lri~rijjr'Alall~
OJ!."9~ WlI\6tprliin P~e$.withl'lttiS$B$!lVSJ'tl)~an~ Bt)I~ tfe~!1 Fljtlng.s.
IniUa)'l!'1II a/plianci 1I\ntlfl'eezec .
f'uJI~(jAA ~~~QiY Te~lwilt\!t~f~1Y l1bu\\:lQwl1 cM¢K~ .
OneOornplete !ilperlltion and MaihtenanceManualShlpped witnUhi\;
2Y!!ar Em~cy Sta(jC!bY 1I'Iar",nIY
-1
1
QuOtaiion# PSFM30946C1 A fSR2 January·ta. 20}6
with$tanil.rallng& 1.00%
aii(j1l!s 4.iiE!~f
I
, ~',
I even ailversecondillans,
from alipowet,soi.lrce$for
4.624
Inc,
.1(10, ~"'--;i~TI
Municode Page 1 of 1
Sec. 2-4.7.-Surplus city-owned property.
(a) Items of personal property owned by the city shall not be sold unless and until it is declared to be surplus
property by resolution of the city commission.
(b) The city commission shall-not consider declaring any-item of personal property to be surplus unless the city
manager has affirmatively recommended such action thereon.
(e) Upon determination by resolution by the city commission that an item of personal property is surplus, the city
manager is hereby authorized to sell to the highest bidder at public sale or, if approved by the commission by
resolution, at public auction, said item of personal property after advertising the date, time and place of said
sale or auction once a week for three (3) consecutive weeks in a newspaper of general circulation in the city.
The city manager shall have the right to accept or reject any or all bids. In the event the personal property shall
be offered for sale or auction, and no bids shall be received therefor, it shall be deemed that such property has
no value and the city manager in his discretion may order it destroyed or otherwise disposed of.
(d) This section shall not apply to stolen, abandoned or confiscated personal property which has come into the
city's possession.
lOrd. No. 810, §§ 1-4, 2-5-74)
Editor's note-Ord. No. 810 did not expressly amend this Code, hence codification of §§ 1-4 as § 2-4. 7 was at the discretion
of the editors.
http://library.municode.com/print.aspx?clientID=11587&HTMRequest=http%3a%2f'102fli... 311112011