Loading...
Res No 203-18-15236· ' RESOLUTION NO.: _=.20=-3=.-_1-=-8=--_1.:..;5=-2::.;3::..6=--__ A Resolution authorizing the City Manag e r to purch ase a Street Sw ee pe r from Environmental Products of Florida and to piggy back on the Florida Sheriffs Association Contract. WHEREAS, the Pu b li c Works department prov id es street sweeping services to res idential and commercial areas; an d WHEREAS, a new st r eet sweepe r will replace the current un it, 1997 Isuzu Street Sweeper; and WHEREAS , the Public Works depa r tment would like to purchase a new Street Sweeper from Env i ronmental Products in the amount of $234,524; and WHEREAS , the n ew sweeper will in clud e a n ew VAC system that allows the Department to provide d e bris r e moval se rvic es f rom drain s; and WHEREAS, t he City w ishes to piggyback an d utili ze the Florida Sher iffs Association Contract FSA 18-VE H16 -0 under the Terms and Cond i tions as set forth in the solicitation agreement wit h Environmental Products of Florida. NOW, THEREFORE, BE IT RESOlVED THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA: Section 1. The City Manager is authorize d to ex pe nd $234,524 w ith Enviro nmental Products of Flo rid a for the purc h ase of a new street s\)leeper, charged to account number 301 - 1720-53 4 -6440 (CIP) with a current balance of $288,000. Section Z. The City Manager is authorized to piggyback the Florida Sheriffs Association Co n tract FSA 18-VE H16 -0 and utilize the Terms and Conditions as set forth in the solicitatio n agreement wit h Environm ental Products of Florida. Section 3. Sev e rability . If any section, claus e, sen t e nce, or phrase of this resolut ion is for any reason held inva li d or unconstitutional by a court of competent jurisdiction, this holding shall not affect the va lidi ty of the remaining portions of t hi s resolution. Section 4. Effective Date: This resolution shall be effective immediately after adoptio n hereof. PASSED AND ADOPTED th i s 6th d ay of November, 2018. ATTEST: APPROVED: Pa ge I of2 Res. No.203 -1 8-1 5236 READ A N D APPR VED AS TO FORM , LA NGUAGE, L Page 2 of 2 COMMISSIO N VOTE: 5-0 Mayor Stod d ard : Ye a Vice M ayor Har ris Y e a Co mm i ssio ne r Gil: Y e a Co mmi ss i o ne r Lie bm a n : Y e a Co mmi ssio ne r W e lsh : Y e a City Commission Agenda Item Report Meeting Date : November 6 , 2018 Submitted by Maria Garcia Submitt in g Department: Pub lic Works & Enginee rin g Item Type : Reso lution Age nda Section CONSENT AGENDA Subject: Age nda ~em No:6. A Reso luti on authoriz ing th e Ci ty Manager to purchase a Street Sweeper from Environmenta l Products of Flor id a and to piggyback on the F lorida She ri ffs Associat ion Contract. 3/5 (C ity Manager-Pub li c Works) Suggested Action : Attachments : Memo-Street Sweeper.doc Reso l ution -Street Sweeper.docx Crossw indl quote 101618.pdf 2RE V Piggyback Contract Environmental Products Fl ori da Street Sweepe r 10 .... pdf SU N BIZ En v ironmental Products Group 10.1.18.pdf 1 THE CITY OF PLEASANT LIVING CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM To: The Honorable Mayor & Members of the City Commission FROM: Steven Alexander, City Manager DATE: November 6, 2018 SUBJECT: A Resolution authorizing the City Manager to purchase a Street Sweeper from Environmental Products of Florida and to piggyback on the Florida Sheriffs Association Contract. BACKGROUND: The Public Works Department currently provides street swe~ping services to residential and commercial areas. The current unit has been in service for the past 20 years and has exhausted its efficient life span due to its continuous use. AMOUNT: ACCOUNT: SUPPORT: Attachments: The Public Works Department is recommending the purchase of a new Street Sweeper from Environmental Products in the amount of $234,524. The purchase of a new street sweeper will replace the current unit, 1997 Isuzu Street Sweeper. The new sweeper will eliminate costly repairs that the old unit would have required and will include a new VAC system that allows the Department to provide debris removal services from drains which helps reduce flooding and water pollution. The City desires to piggyback the Florida Sheriffs Association Contract FSA18-VEH16-0 and utilize the Terms and Conditions as set forth in the solicitation agreement with Environmental Products of Florida. $234,524 Account No.: 301-1720-534-6440, CIP , with a balance of $288,000 Piggyback Contract with Environmental Products of Florida Environmental Products of Florida Quote Florida Sheriffs Association Contract SU N BIZ -Environmental Products of Florida 2 DEERFIELD BEACH 1907 SW 43 rd Terrace Deerfield Bch, FL 33442 P: 954.518.9923 F: 954.518.9926 CORPORATE 2525 Clarcona Rd. Apopka , FI32703 P:407.798 .0004 F:407.798.0013 October 16 1h , 2018 City of South Miami Public Works De partment Attn: Mr. John Re ese Environmental Product s of Florida is p l eased to offer the City of South Mi ami thi s quotation for a new Elgin model Crosswind on a 2019 Frei ghtline r mod el M2 truck chass is with dual steering an·d controls. Pricing for this quote i s from the Florida Sheriffs Association CONTRACT: FSA 18 -VE H 16 .0 / Cab and chassis tru cks and heav y equipment SPEC I FICATION: 57 2019 Elgin Cro sswind (J Plu s) $242,095.00 DELETE OPTIONS J1M2 sin gle engine Cro ssw ind on M2 chassis $ 19,8 58 .00 ADD OPTIONS 1119215 Vac uum enhancer $ 500.00 1120887 Warning beacon rear LED $ 954.00 1111176 Gutter broom tilt adjuster (Qty 2) $ 2,090.00 1119059 dump sw itch in cab $ 848.00 1119217 Wa nd ering hos e, hydraulic $ 4,873.00 1102759 A rrow stick LED $ 2,272.00 1121824 Idl e do w n / No w ater $ 631.00 1120822 Dual LED side broom li g hts $ 777 .00 1113730 Indi v idu al sw itches for water syst em $ 1,388.00 1127045 RH In spectio n door with step $ 814.00 1070639 LED stop, t ail , tu rn li g hts $ 641.00 1111698 Front sp r ay b ar $ 575.00 1072485 Radio AM/FM $ 924 .00 To tal delivered pric e per contract $239,524.00 Discount for de ale r st ock unit JS41 222 $ 5,000.00 Total delivere d pri ce aft e r di scount $234,524.00 5 1 DEERFIELD BEACH 1907 SW 43 rd Terrace Deerfield Bch, FL 33442 P: 954.518.9923 F: 954.518 .9926 CORPORATE 2525 Clarcona Rd. Apopka, FI32703 P:407.798.0004 F:407.798.0013 Sta t e Tag inc l uded Warranty: 1 year parts and l abo r o n t h e Elgi n sweeper / Freig h t lin er cha ss is 3 yea rs o n en gi ne, afte r treat m ent, and transm ission. 2 years bas i c ve hi cle On-site training inc luded Delivery November Sincerely, PC{t.// 4. Y/ad Paul A. Har t So u th Flo rid a Sales M a nage r 561-719 -1395 ce ll 6 2 CONTRACT FOR CAB & CHASSIS TRUCKS & HEAVY-DUTY EQUIPMENT THIS AGREEMENT made and entered into this 2'" day of ~ : 201~ by and between the City of South Miami. a Florida municipal Corporation by and through Its Clty Manager (hereinafter referred to as "City") and Envtronmental Products Group. Inc.. (hereinafter referred to as "Contractor"). . WITNESSETH: WHEREAS, the Florida Sheriffs Association (fSA) solicited bids PUtSuant to ITB No. FSA18-VEHl6-0 , for CAB & CHASSIS TRUCKS & HEAYX DUTY EOUIPMENT; and WHEREAS, the Florida Sberiffs Association lFSA), 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 Sberiffs AssocIation (FSAl and Contractor pursuant to lTD No. FSAl8-VEH16-0, as modified by this Agreement. 2. The City has reviewed the contract between Florida Sheriffs Association ~ 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 AttacbmeDt A and made a part hereofby reference. 3. All references in the contract between Florida Sberlffs As_atloD (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 Sberlffs Association lFSA), 88 set forth in the contract between Florida Sheriff. Assoclatlon (FSA) and the Contractor, shall all be made by the City Manager for the City of South Miami. Notwithstanding anything contained in the Florida Sheriff' A.sgci.tion (ESA) IT» No. FSAl8-VEHl6-0 and/or the contract between florida Sheriffs Ayodatlon (FSA) and the Contractor to the contrary, this Agreement shall be governed by the laws of the State of 1 Florida and venue for all dispute resolutions or litigation shall be in Miami-Dade County, Florida. 4. Term.. The term of the contract, including all extensions authorized by the contract shall not exceed five years. 5. Scope oC Goods and Services. The scope of goods anellor services (which may hereinafter be referred to as the "Work") are set forth in the attached Attachment A and any attachments thereto and the City's purchase order, the latter of which shall take precedence. The Contractor has agreed to deliver the goods, if any, and perform the services, if any, in a workman like manner and in accordance with all state, ~unty and City laws, at the locations, ifany, designated by the City. All of the goods and/or Services reflected in Attachment A shall, unless otherwise stated in the Attachment Aiar B, be delivered andlor commenced within N/A days from the date of the execution' of this Agreement. The Contractor shall obtain and pay for all permits required for the services rendered, if any, with the exception of permits fees charged by the City, said fees shall be waived. 6. Contract Price. The contract price for the good and/or services is set forth in the attached Attachment B. If not otherwise set forth in the contract between florida Sheriffs Association CFSA) and the Contractor, the Contractor shall be paid upon delivery ofall the goods, ifany, the completion of all the services, if any, and after (mal inspection and approval, by the City, that approves of the goods delivered, if any, and the services performed, if any. 7. Precedence. The term, provisions and conditions of this A~ent shall take precedence over the temtS of the contract between Contractor and Florida Sheriffs AssociadoD (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. PubUe Records: CONTRACTOR and all of its subcontractors are required to comply with the public records law (8.119.0701) 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 maintS.in 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 shan meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agencYs custodian of public records, in a fonnat that is compatible with the information technology systems of the public agency. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT 305-663-6340; E-maU: npayne :@southmiamifl.gov; 6130 SUBset 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 of the Wark thereunder. 11. VaUdlty of Executed Copies: This Agreement may be executed in several countetparts, each of which may be construed as an original. 12. NotJce: 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 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. 3 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 respecti ve names by their proper officials on or before the day and year first above written. Environmental Products Group, Inc: I __ Jlr:'ff;fIi1Y..~J~§Jt)6W-'- (type name and title of signatory above) ATTEST: B" l,)\~~ Nkeng~ yne, CMC By: __ ~~ __ ~ __ ~ __ ___ teven Alexander City Clerk Read and Approved as to Form, Language, Legality and Execution Thereof. By: ~fo£I/~ Thomas F. Pepe City Attorney City Manager :\Oli ce of Bid/R equest fo r P roposal OTHER AGEKCIES ANI) ORGANIZATIOKS FLOI{JJ)A SHER I FFS ASSOCIATION FSA 18-VEL26.0 Police Rat ed , A dmini strati ve, Utilit y Ve hi c les, Tru c ks a nd V an s F LORID A S II E RrFFS ASS O C lATlO:'/ P.O. BOX 12519 TA LL A ll ASSEE, FLO RlD A 32317-2519 In v itation 10 Bid C oop e r a ti ve Pu rc ha s in g Pro g r a m Bid FSA I S-VEL2 6.0 Bid :-Jumber: F SA 18 -VEL26.0 Bid T itle: Poli ce R ated, Admini stTativ e, utility Vehicles, Trucks & Vans Mandator y Pre-B id ~1ee ti ng Jul y 10, 2018,9:00 a.m., lOT Pre -Bid .vtccting t o b e held at: Falkenberg Ro ad J ail Assembly R oom 520 North Falkenberg Road , Ta mpa. Fl orida 33619 Ele c tronic Responses D ue: A u gust 20. 20 18. 11:30 p .m .. lOT Di gital Bid Doc um ents (s ealed bids) Du e: August 24. 2018,5:00 p.m .. ET S caled Bid Submittal Recei ved at: FLORIDA SJ-lE R1Ff S ASSOC I AT ION Attn: Cooperative Bid Coordinator 2617 Mahan Drive Tallahassce. FL 323 08 The Fl orida Sh:;:riffs Association and the Florida Association of Cou ntie s invite inlcrcslcd ve ndors, includ in g MOlor Ve hicle Ylanufacturers and D ea lers/Certified Rep resentativ es to s ub mit responses in accorda nce with t hese so li ci tation doc uments . The Florida Sheriffs Association wi ll se rve as th e "Contract Admin istraror" in the so li c itatio n process and th e admin i st rati o n o f t he result in g contract. T he purpose of thi s bi d is to estab li sh a twelve (12) month contract, beginning October 1. 20 18 an d end ing September 30, 2019, with manufacturer's authorized d ealers for the purc hase of2018 -2019 vehicles . trucks and he av y equipment 0 11 a "no trad e -in basis". A ll p ros p e ctive bidd e r s arc "e quirc d 10 att e nd th e .\'l A ~D A T O RY Pr e-Bid Mee tin g. A DVE RTI SEM E,,(T Poli ce ){;)t c d , Admini s trati ve , etilit)' Ve h id cs, Tru cks & V:IIl S BID l\UMI3 ER: FSA 18 -VEL26.0 Th e Florida Sheriffs As soci ation and F lorida Association of Countie s invite inte rested bidd ers 10 submi t bid pro po sals for 2018 -201 9 P ol ice R ated, Ad mini strative, Utility Vehicles, Tru eks & Vans. Thi s co ntr act shall be awarded to t he lowe s t and seco nd lowes t and best respo n s ive bidd e r by specifi cation , by manufa c t u re r, b y zo ne. No bidder ma y withdraw his bid for a period of six t y (60) calendar days after the da le set fo r th e post in g th ereof. B idders are hereby advised th at the F lo rid a S heri f fs A ssoc iation re se r ves t he right 10 rejec t any and all bids , or separate porti ons thereof, and to waive any irregulari ty. t ech ni ca li ty o r omission if th e FSA d e term in es thai do in g so will serve in the FSA's best int erest. T he FSA may a lso reject any Response no t submi ll ed in the man ner spec ifi ed b y the sol icitation documents, FLORlD A S HERlFFS ASSOC I ATIO~ By: Steve Casey FSA Execu tiv e Director 5 ATT ACHME~T A CONTRACT FOR CAB & CHASSIS TRlJCKS & IlEA VY -DUTY EQUIPMENT FLORIDA SHERIFFS ASSOCIATION • Bid Award Summary • Notice of Award • Bid Announcement # FSA18-VEHt6-0 • Cooperative Purchasing Program, Scope of Services & Terms and Conditions 6 20 19 Johnston GOl Central --NB -- Pat's Pump & Bl ower 2019 Johnston (201 Southern $149 ,600_00 2019 Johnston GOl Southern --NB -- 201 9 Nitehawk Municipal Raptor II We ste rn --NB -- 2019 Ni t ehawk Munic i pal Ra p tor I I W estern --NB-- 2019 Ni t eha wk Munici pa l Rapt or II No rthern --NB -- 2019 Nitehawk Munic i pal Raptor II Northern --NB -- 20 19 Nitehawk Munic i pal Raptor II Cen tra l --NB -- 2019 Nitchawk Munic i pal Rapto r II Central --NB-- 2019 Ni tehawk Munic i pa l Raptor II Sou th e rn --NB -- 2019 Nitehaw k Muni ci pa l Raptor II South ern --NB -- Name of Dealership _ ' ---": Type of Vehicle' -Zone Base Price --~ -, _ _ .,. :; _.L . REGENERATIVE AIR STREET SWEEPER (Specifi cation 1t57) 7 Environmental Products of Florida 2019 Elgin Crosswind (J Plus) W~stern $242,095.00 2019 Elgin Crosswind (J Plus) Western --NB -- Environmental Products of Florida 2019 Elgin Crosswind (J Plus) No~hern $242,095.00 ·2019 Elgin Crosswind (J Plus) Northern --NB -- Environmental Products of Florida 2019 Elgin Crosswind (J Plus) Certtral $242,095.00 2019 Elgin Crosswind (J Plus) Central --NB -- Environmental Products of Florida 2019 Elgin Crosswind (J Plus) So~thern $242,095.00 2019 Elgin Crosswind (J Plus) Southern --NB -- Pat's Pump £t Blower 2019 Johnston RT655 Western $258,979.00 2019 Johnston RT655 Western --NB -- 1 Pat's Pump £t Blower 2019 Johnston RT655 Northern $258,979.00 2019 Johnston RT655 Northern --NB -- Pat's Pump £t Blower 2019 Johnston RT655 Central $258,979.00 2019 Johnston RT655 Central --NB -- 8 , Pat's Pump & Blower 2019 Johnston RT655 . Sopthern $258,979.00 2019 Johnston RT655 Southern •• NB .- Southern Sewer Equipment Sales 2019 Schwarze A7 Tornado W¢stern $243,247.00 i 2019 Schwarze A7 Tornado Western .. NB -- Southern Sewer Equipment Sales 2019 Schwarze A7 Tornado 'I $243,247.00 N~rthern l ; ~ 2019 Schwarze A7 Tornado Northern .-NB -- Southern Sewer Equipment Sales 2019 Schwarze A7 Tornado Central $243,247.00 ,I 2019 Schwarze A7 Tornado Central --NB .. Southern Sewer Equipment Sales 2019 Schwarze A7 Tornado I S~pthern $243,247.00 , 2019 Schwarze A7 Tornado Southern _. NB .. Container Systems & Equipment 2019 Tymco 600 Western $238,950.00 2019 Tymco 600 Western --NB -- Container Systems 8: Equipment 2019 Tymco 600 Northern $238,950.00 9 2019 Tymco 600 No rthern --NB-- Container Systems & Equi pment 20 19 T y mco 600 Centra l $238,950_00 2019 Tymco 600 Ce n tral --NB-- Container Systems & Equipment 2019 Tymco 600 Sou thern $238 ,950_00 2019 Tymco 600 Southern --NB-- Name of Dealership Type of Vehicle Zone Base Price . ~ , . SELF PROPELLED HYDROSTATIC BROOM -CENTER SLUNG (Specification #58) Cowin Eq uipme nt 20 19 Blaw-Knox CB-95 We ste rn $66,065 _00 2019 Blaw-Knox CB -95 Wesle rn --NB-- 2019 Slaw-Knox CB-95 Northern --NB -- 2019 Blaw-K nox C8-95 No r thern --NS-- 2019 Bl aw-Knox CB-95 Central --NS -- 2019 Slaw-Knox C8-95 Central --NB -- 2019 Sl aw-Knox CS -95 Southe rn --NB -- 10 Address Company AU Standby Systems l LC 9311 Solar Drive Alamo Industrial 1502 I:ast Walnut Street I\lan Jay C~evrolet BIJl(;k GMC Cadillac 1\1\1 US Hwy 27 North Alan Jay C~rysler Jeep Dodge of Wauchula 11\05 US Hwy 17 S Aliln JilY r md l.incoln 3201 US Hwy 27 S AHS PowersporlS 1\1\27 Hwy 1\1\1 N l\ulclNation CDm Pembroke Pines 13601 Pines Boulevard Ba'lditlntlustries, Inc. 67~0 Millbrook Hoad [lay Dodf,e Chrysler Jeep Ham 636 W 15th street lInOcat Corr"pany 250 I:ast Beaton Dr. BOlilrd lord 51\0 Outlet Mall Blvd n'oyhlllViJnllfactllrinf, Comoany One North Market Square C'1C)O Choc> ~awn !:clJiorne'1t 3206 Sydney Rd. Cnee'" f or(; 9650 Atlantic Blvd, CW1tairw' Sy~:ems & lQuipment 506 Bellevue Ave. Cnwln ~Qu:prnent 7950 Pittman Avenue Creel Tractor 3771 Palm Beach Blvd [,,0 CadI': ~903 Grafton Rd OpLand I ruck Center 1208 South Woodland Blvd De:Jb~ !:qu'prTlent LlC 2130 I alkenberg Road Deosan 2905 Shawnee Industrial WilY, Suite 100 Dl,Vil11 wd 1616 Cassat Ave. !:wIlHTlover\ Cop~trUG'O" EQuipm!!nt, LLC 2325 Clilrk 5t !:rl\NorHTle"'tal Products of Honda 2525 Clarcona Hoad lv'''p,ladps !:quIP .... !!nt (jrcup 906 US Hwy 301 N I !.'!!c·ill Clnt'acts Corp 12918 N Nebraska Ave Ililp,I!'r Contructlor' !:qui.wlCnt 81\18 Palm River Hoad t o~' ~tilr; relp,btll ... !!r 270 four Star Way I u:ch s I rill. tor Depot 8515 State Road 207 North Gartwr CI'rysler 31\08 HWY 17 Gartwr ,or:.! 3380 Highway 17 (;{'rW'aIGMC 3605 Military Irati (il-e Motor\pOrlS 611\ US 27 5 Gt:dwlf1 Pur ... ps of Arnerica 202 Winston Crrwk PkwV Cin!i1t Slhlt'Wrr1 Eouiprm!llt 1023 South ~Oth Street Hille r rilil!!' Brak(! & Wheel, Inc 271 Halsema Hoad S 1I(:';ilnd I',W1P Compilny 31\5 I horpe Hd HurmJinr,e' Eauipment 3202 Clovis Rd I~UIU I ruck of OCilla 3950 W Hwy 376 II S 27800 Old III Hd Jdfrey I\'lef', Irc. 1\1\01 US Hwy 301 N Ke IV I 'actO' Co 8255 NW 58th Street Ke'lwarth of Centra' !-mida 1800 N Oranr,e Blossom Trail Kp-lwortt1 (If Jacksonville 833 Pickettevilh! Hd KI"lwwttl nf ~outtl florida 2909 S Andrews Ave. l J Power 9301 HWy 290 West LO,J Hael'cdt Ireightliner 28/10 Center Port Circle Maudli" Ifll!!rrJiltionilll rucks 2110 S DiVision Ave Menll lJSA Sales, Inc. 1850 I iJirbanks Streer FSA18-VEH16.0 Cab and Chassis Trucks and Heavy Equipment Awarded Vendor Directory ety State Zi'pCocie FIrst Name Last Name Tampa FL 33619 Carlos Aceituno Seguin TX 78155 Mike Pereny Sebring FL 33870 ChriS Wilson Wauchula fL 33873 Chris Wilson Sebring FL 33870 Chris Wilson Okeechobee FL 31\977 Bill Conner Pembrokl! Pines FL 33027 Steven Henry Hemus MI 493110 Kyle Hobbs Panama City FL 321101 Thomas Spencer West Fargo ND 58078 Jesse Rheault St. Augustine FL 320811 Jeff Eason Dakota City NE 68731 'Tammy Steemkin PaiaN City FL 33566 John Stunkard Jacksonville rL 32225 Elilabeth Miller Dilytona Beach FL 321111 William Young Pensacola r l 325311 John fdwards r·ort Myers FL 33916 Brian Creel VillI(!y City OH 114280 Milrk Gathman DI!Land rL 32720 Howilrd Williilms Hiverview IL 33578 Dave Walsh Suwanee GA 30024 David Dixon Jacksonville rL 32710 Miltthew rorte Apopkil I L 32703 Scott Woody I\popka I L 341\71 Jeffrey Hailse Pillmetto FL 34221 Mark Gulick Tilmpa FL 33612 Christopher Rev "Tilmpa rL 33619 William Cannon M,dway F L 323113 lack Howard Hilstinp,s FL 3211\5 Shawn Sadler Green Cove Springs F L 32043 Hya n Davis Green Cove Springs F L 3201\3 lodd Brandt West Pillrn lIeach F L 331\15 Leonilrd De Santi L ilke Plawj Fl 33852 Cory Cole Lilkeland rL 33810 Glendil Young 'Tilmpil rL 33619 Milrc Young Jilcksonville FL 32221 'Iom Weilver Orlilndo FL 328211 Eugene lant Lubbock TX 791\21\ Dusty Zeigler Ocala FL 341182 Bob Scharpnick Bonita Springs rL 311135 Josh Bilchman lampil FL 33610 Jeffery Hernandez Miami FL 33166 Greg Bennett Orlando fL 328011 Mike Crawford Jacksonville Fl 32220 ~d Costello !-t. Lauderdale FL 33316 Nelson Martinez Austin TX 78136 Larry Davis Pompano Beach FL 33016 Drew Ellison Orlando FL 32805 Chuck Calhoun Lilkelilnd FL 33805 Paul Meadows 11 Phone Mobile Email Address Number Number 813-621-9671 1\07·1\50-5393 c.aceitllno@acf~ower.com 830-305-2673 800-2il.2-5266 m~ereny@alamo-grouQ.com 813·399-1269 863-381-31\11 chris.wilson@alani<Jy·com 813-399-1269 863-381-31\11 chris.wilson@alaniay.com 813-399-1269 863-381-31\11 clms.wilson@alaniay.com 863-467-0900 863-1\811 -0912 i1rsQower99@yahoo.com 813-399-1269 951\-383-1009 henrys@alltonation.com 800-952-0178 678-576-7887 khobbs@ballditchiQQers.com 813-399-1269 850-6211-11230 tomsQencer@ba,(cars.c:om 701-2111-8759 701-630·5131\ jesse.rhealllt@doosan.com 901\1136-6371 901\-219-1475 Ip.ason@bolanl.colll 1\02-987-31\12 1\02-987-3412 aCcolintin8!1ilbroyhill.com 813-659-1718 352-613-11\93 lohnchoochoolawn@gmall.com 813-399-1269 904-705-5954 emiller 1 (@cogginauta.com 3861151-5531 386-1\51-5531 byoung@contalnersys.com 850-1179-30011 850 685-7055 jedwardsl1ilwwin.(olll 813-399·1269 239-87571108 hnan@creeltrac.tor.com 216-29931\117 None mark.gathman@mtdQroducts.col11 386-7311-87110 38(;-801-11 18 7 howard@delandtrllckcenter.col11 239-3311-3(;27 239·849· 7488 dave.Vlalshl1ildobbseoull2ment.com 6781117-6660 1170·865-1585 david.dixoll@doosan.com 9011-505-9682 904-505-9687 ll1alt.fortePlcuvalfleet.mm 407 ·401·8956 919-2915737 swoody~1ilmayp.cl.ll2.coln 1107 -798-00011 352·11276621 Ihaase@myeQg.com 941-722-3281 813-/178211\5 mguitck@efel963.coll1 813-631-0000 1107 25&·61\ 75 chns@federalcontract5cOrl1.com 901\737-6000 9011·303· 3435 bcannon@flaglerce com 850701-0163 850508·6214 l<lckh(3Jfolilstarfrl?ightIIllH(Om 904-692·3673 386-937·11477 shawn@futchsdel2ot.com 813-399-1269 901\-1\76-2155 rcJavlsirogarberautomall.com 813-399-1269 9011-509-11 711 7 tbrandt@garberalitOinall.wrn 561-686·8906 561373-1801 Irlesallti@generalgmc.com 863-699-21\53 863-71\3-77R5 Lule.ghcfi@yahoo.conl 863-682-8800 813-355-601\2 glenda.young@xl:lemlnc.com 813-2118-1\971 9111-809-8103 marc{wgseguIQlllent.net 901\-378-1900 904-923-3376 tweaver@halrtrailer.com 1\07-855-7109 321-297-6372 eugene@hollanduumQ.com 912-728-8084 912·662-2280 d1l5~@hunldingereglli~ment.com 407-295-3846 1\07-509·6651 bscharplllck@oriandofreip.htlincr.coill 239-3110-]100 239-9117-11414 josh@wbgswfl.com 800-282·6256 813· 230 3641\ sales(ci)lelfreyalleninc.com 305-592-5360 786-229·7037 greg bennett@kellytractor.com 352 -427 -51\62 352-427-5462 mlke.crawford.kwcf@gmail.colll 904-739-2296 9011-588·8999 pdcostello@kwidX.WITl 951\-523-51\84 305-1\58-5833 tllTlartinez@kenworthsf.com 737-703-5000 512-61\9-6848 l.davis@ljQower.net 407-375-3304 407-375-3304 georgeordrewl@aol.com 1\07-8119-64110 407-1\66-1074 ccalholln@maudlinintl.com 863-603-7979 863-510·8232 sales(o)menziusa.com Ver92518 Mid I lorida Diesel, Inc 2215 Hwy 60 East Morbark LLC 8507 S_ Winn Road N0xlran 1986 West Beaver Street Or'ando r'n~ightliner 2455 S Orange Blossom '! rail Pa'm Iruck Center 2441 S State Rd / (441) Pa,metto! ruck (Imter 7245 NW 36th St I'a,t'opic Power 8205 NW 58th Street I'ill's Pump & Blower 2141 W Church 5t He::hlien Irtl!rniltiClnal 'I rucks, Inc. 7227 N-W. 74th Ave H:dge ~QlIipment Co., Inc. 6820 US Hwy 27 N. Hin/: Power Corporation 10421 Fern HIli Dr. Ihlsh I ruck Center ,I ampa 8111 East Adamo Drive Sarasn,a I u~ Madllnes 304 Triple Diamond Blvd Sewer ~qu:pmenl 1590 Dutch Road So.J\rlem Sl'wer ~qlJiomenl Sales 3409 Industrial 27th St So~l f]er r' Slalesl oyotaLift 115 South 78th Street So .. trlOorl I rlJCk Group 7528 US IIWY 301 N Sli'lp,ray (J'evrole: LLC 2002 N r rontagc Rd SWl S:ate Irllernilliona: I rucks, LLC 6020 Adamo Dr : ('-rillf1 Kwg 1502 !:ast Walnut St 'l')(i1~ T r;lIll'r~ Sales and SI!rVICe 5601 NW 13th St 'llDr'lP~()'l Pump, Inc. 4620 City Center Dr r rildl'wind~ POwl'~ 600 State Iload 66 'Il'k-<ml'aclor 1504 East Tampa Blvd fllCo('T1ax 1\1./lJ 291 S Federal Hwy 'rllCl(rnaX, Inc 6000 NW 77 Court . rllC:'<~ & Pilrt\ of I i1rT1Pil, LLC 1015 S. 50th St lJf'ited Bellt.lls (Nw,h America), Inc. 1731 'Tappan Blvd. Vp'ltrac 500 Venture Drive V{"rne\', 50"'I'lca~1 4559 Old Winter Garden Hd VVPP(!O() 8020 Belvedere Bd, 111 Lil:Jiltl 4612 HWYAve FSA18-VEH16.0 Cab and Chassis Trucks and Heavy Equipment Awarded Vendor Directory Bartow FL 33830 Joe Antonini Winn MI 48896 Matt Beckowitl Jacksonville FL 32209 Mike Maddox Apopka rL 32703 Bob Scharpnick rt Lauderdale FL 33317 Rudy Mangino Jr. Miami fL 33166 Charlie Rodgers Miami FL 33166 Greg Bennett Orlando fL 32805 Steve Newman Miami FL 33166 Jose Sanchez Sebring FL 33870 Scott Bradley RiverView FL 33578 Alan Thomas Tampa FL 33619 Steve Bell North Venice FL 34275 ld Gurry Dixon II 61021-R624 Shawn Bondele rort Pierce rL 3491\6 Bill Stinson Tampa rL 33619 Shane Polson !ampa I L 33637 Scott Endris Plant City I L 33563 Peter Popiel Tmnpa IL 33619 Carlos Correa Seguin 'IX 78155 Michael Pereny Gilinesville Il 32653 Hick Croft Port Orange IL 32129 David Perry Sebring IL 33875 Bill Fenner Tampa IL 33619 Handy Shearin Homestead II 33033 Guillermo Chel Mlarnl I L 33166 Guillermo Chel lilmpil IL 33619 Blake Hamilton 'Iampa IL 33619 Tom Howe Orrville 011 44667 Hyan Miller Orlando fL 32811 Mark Miller Wr!sl Palm Beilch rl 33411 Chris Douglas JacksonVille FL 32254 Jeff Burke 12 863-519-01 07 863-944-0400 joe@lllldfioridadlesel.com 330-264-8699 850-556-5483 Illattb@ray(omrg.colll 904-3119-8576 904-3511-3807 mmaddox@nextral1((lr~ rom 813-399-1269 407-509·6651 bscharenlck@orlanriofreightliner.com 954-584-3200 954·817·8058 rmanglno~~,llrntruck.com 813-399-1269 305-972-7133 crodgl'fs@ealmettotruck.com 305·592-5360 786-229-7037 greg bennett@kellytractor.com 407-841-7867 941-237-3298 I Pdt~pulT1lJ@aol.com 305-888·0111 561-398-2622 jsanchez@rechtien.(om 863-382-4157 863-381-5171 sbradley(dlridge-equil2ment.com 813-865-2103 352-427-0252 Jlan.thomas(ctlnnCl2ower.col11 813-559-2324 321-205-7143 bells@rushel1ler~nses.com 941·925·0376 941-685·1425 ('Gur!:y@sara~otaful1l1lachines.com 815-835·5623 815-631·4134 shawnbondf'I(!@ ~pwprpqll' [l!TlPnl.lorn 813-399-1269 772-216-2173 Info@southernsewer.com 904--'64-/662 904-588-8579 s~olson~sstllft.com 813-262-0890 813-293·0866 :;endns,-asolJth~orttrlJck.com 813-473-2002 407·221-7600 magicl2eterfleet@gmall,com 941-330-7840 941-330-7840 car Ius .lOI rea(@slImtalellltl.lufil 239-691i-2185 239-825-2408 MpPrp.nY(@<llilmo-flrouQ.com 352-378-4-'56 3522228&65 n(l<~tltexa~trallersfl.colll 386-'671310 386·527326~) dQelryl1.iJtholllosonQumQ.com 225-360·5009 225-360-5009 bfenner@!radf!wlndsQower.~om 813·525·0795 813-525-0795 randy.shearin(@!rekkerf,roll~.(om 813399-1769 305-720·4501 IT.!}'I r~I.(.k.~JJ) l1!~~rTI <lli. (~) 11! 813-399-1269 305· 720·4501 gch(,l~j)lnlckrTIax COIll 813-211'/-(j63/ 813-91/92(;3 Blilke~o)lrlicksand~arts.colll 813-685-9944 813-267-9011 Ihowe®ur.colll 330-6830075 330 683·0()()0 conlracts@vClllrat.colll 407·295-2020 239·2293101 rTlilrkl11lllcr(wVf'1 rllf'ersouth.!;)st .lOIli 561·7045756 520-750· 7070 chns@wpf'rloobOil!s corn 904·838-0449 904-838-0449 leff bllrke~labatt.com Ver 92518 FSA Cooperative Purchasing Program FLORIDA SHERIFFS ASSOCIATION Contract: FSA18-VEH16.0 Cab & Chassis Trucks & Heavy Equipment Contract : FSA18-VEL26.0 Police Rated, Administrative, Utility Vehicles, Trucks and Vans 13 Contents 1.0 GE NER A L CONDITIONS .... . ......................................................... 5 1.01 BI D CORRESPONDENCE ............................. . .................................................... 5 1.02 1.03 1.04 1.05 1.06 1.07 1.08 1.09 1.10 1.11 1.12 1.13 1.14 1.15 1.16 1.17 1.18 1.19 1.20 1.21 1.22 1.23 1.24 1.25 1.26 1.27 1.28 PURPOSE ........................ . ................. ................................................ ..................... 6 TERM OF CONTRACT .......... .. ............... 6 ESTIMATED QUANTITIES .. ..... 6 SH ERI FF AS COUNTY CONSTITUTIONAL OFFiCER ................................... . ............ 6 FUNDING .......................................................................................... . CURRENCY ................................................................................... . GEN ER AL DEF I NITI ONS ............................................................ . EliG IBLE PURCHASERS OF CONTRACT ................. 7 ............ 7 ........................ 7 . ..................... 8 LEGAL REQUIREM ENTS ..... .............................................................................. 9 PATENTS & ROY A LTIE S .............................................................. . . ..................... 9 FEDERAL AND STATE STANDA RD S ........................ .. ......................................... 9 UNDERWR ITERS ' LABORATOR I ES ......................... .. AMER ICAN WITH DI SAB i liTI ES ACT ................................................................. . 10 .. 10 REASONABLE ACCOMMODATION .............. ............................................................ 10 MINORITY BUSINESS ENTERPR ISE (MBE) .................. ... .............................. , ....... 10 A NTI·DISCR I M I N A TION ................ .. .......... , ...................................................... 10 BEST COMMERCIAL PRA CT I CES ........................................................................ 10 PUBliC ENT ITY CR I MES (PEC) .................. . .. ......................................... 10 TAX EXEMP T ION ................................................... . TAXES .... 11 .... 11 ORDER OF PRECEDEN CE IN THE EVENT OF CONFliCT ............. ............................. 11 COMMUNICATI ONS ...................................................................... " ............. . CLAR IFIC A TION AND ADDENDA ..................................................... " ................ .. SIGNED BID CONSIDERED AN OFFER ............ .. ASS IGN MEN T OF CONTRACT .......................................................... " ....... .. ...... 11 .11 ... 12 . .... 12 TERMINATION OF PRODUCT liNE ...................... .. ................... 12 METHOD O F AWARD ............ .. . .... 13 14 1.29 1.30 1.31 1.32 1.33 1.34 1.35 1.36 1.37 DEMONSTRATION OF COMPETENCy ...... .. ....................•.••............................ 13 VE NDOR AB ILI TY TO PERFO RM ....... . FINANCI A L RESPO NS i BI LIT y........... ............... . .............••....... QUA LITY A ND SAFETY .................... . ....... 13 . .... 14 ...... 14 NONCONFORMANCE TO CONT RA CT CO N DITIO NS. . ...................................... 14 GRATUiTIES......................................... ......................••...... . .............. 15 T IE BIDS ................................................ . 1 5 RIGHT TO AUDI T .................................... . . ...................................................... 15 LIABILITY , I NS UR ANCE , LI CENSES AND PERM IT S .. 16 1.38 BI D BONDS, PERFORM ANCE BONDS , CERTIF ICATES OF IN SURANCE ........................ 16 1.39 ELIMIN ATI ON FROM CONSiDERAT I O N ....... . ...............................................••...... 1 6 1.40 CO LLUSION ............ ............ . ......................••.............................................. 16 1.41 1.42 1.43 1.44 1.45 1.46 1.47 DEFAULT .. PRO T ESTS AND ARB IT RAT IO N •............... NON PERF ORMANCE .........................................• ..................... 17 ......................... 17 ................................... 18 SEVE RABI LITY .. ............. ............. ..................................... ..... 19 TERMINATION FOR CAUSE ........................................................................ 19 TERMINATION WITHOUT CAUSE..... ................. ............. . .........•••••................ 20 CO NTR ACT ADVERTISMENT AND USE OF FSA LOG O ...................................•........ 20 2.0 BIDDER INSTRUCTIONS .............................................................. . ................................... 21 2.01 FIRS T YEAR BIDDER QUA LIF ICA TI O N S ... ................ ........................ .. .. 21 2 .02 LI CENS i NG /FACiLIT I ES........................ .................... .................... .. ........ 21 2.03 2.04 2.05 2.06 2.07 2.08 2.09 2.1 0 2.11 I NSURANCE AND INDEMNIFICATION ..... • ........................ 21 SPECIF ICAT IONS .............. .. ......................... 24 FIXED PR i CES ...................................... .. .. .. 24 SEA LED BI DS.......... .. ............ .. 24 EXCE PTIO NS, OMISSION AND ERR ORS ............................................ 24 M ISTAKES .. .25 EQU IVA LENT S ............................ .. .. .................................. 25 MANDATORY PRE ·BID M EET I NG .................................................. .. ...................... 25 QUALIF ICAT ION. .............................. 26 15 2.12 PRICES QUO T ED ... .•........................................•.•................. ....................... 26 2.13 OP TION PRi Ci NG.... ............... .......................... 26 2.14 EMERGENCY LI GHT AND SIREN CERT IFICAT ION STANDARDS ..................... . ... 27 2.15 SUBM ITTA L OF BI D .......................................................................................... 28 2.16 2.17 2.18 2.19 2.20 2.21 2.22 2.23 2.24 2.25 2.26 2.27 ZONE BIDDING ................................................................ . ................................. 29 EXECU T ION OF BI D.. ..................... . .......... . .... ........................ 30 MOD IFICA T ION O R W ITHDRAWALS OF BIDS. ...................... ! ...................... 30 LAT E BIDS... . ......... . .............. ". ......... 30 BID OP EN IN G .......................................................•..•••••.•••••••••• ~. . ....... 30 DETE RM INATION OF RESPONSIVENESS RESPONS IBL E BIDDER CRI TERIA ...... . BAS IS FOR AWARD. BID W IT H DRAWA L ... BID TABULAT IONS.. . ....................................... . M INOR IRREGU LAR ITIES/R IGHT TO REJECT .. CONE OF SILENCE. . .. 30 ...... 30 ................. 31 ........ 31 ....... 31 . ................................................ 32 ......... 32 3.0 CO NTRACT COND IT IONS .. .................................................................................... 33 3.01 GENE RAL REQU IREME NTS . .. 33 3 .02 STATE M ENT OF AU TH OR IT Y .. ...................... 33 3.03 3.04 3.05 3.06 3.07 3 .0 8 3 .09 3.10 3.11 3.12 3.13 3 .14 VE N DO R CONTA CT INFORMAT ION ................. .... ....................... .. .. .. 33 OPTION TO RENEW WI T H PRICE ADJUSTMEN T ........... . ............................ 33 A DDI TIONS AND DELET IONS ........... .................................. . ......... 34 EQU ITAB LE AD JUSTMENT.. DISCOUNTS ................................................................. . CO ND ITI O NS ...... PROD U CT I 0 N CU T O F F ........ ........... .. .................................. 34 .............. 34 .... 34 . ................................ 35 FAC ILI TIES .......... .. .............. ......................... .................. ............... ...... 35 SU BST ITUT IONS ..... 3 5 PO LI CE RATED VEH ICLES /MOTORCYCLES .. ....................................... 35 SPEC IAL SERV ICE VEHICLES: ................................. .. ... 36 CAB A N D CHASS IS PU RCHASES ............................ .. ....................................... 36 16 3.15 FACTORY INSTALLED ................................................................................................... 36 3.16 VENDOR INSTALLED .................................................................................................... 37 3.17 NON-SCHEDULED OPTIONS ........................................................................................ 37 3.18 FORCE MAJEURE ......................................................................................................... 37 3.19 DELIVERY TIME ............................................................................................................ 37 3.20 ORDER ......................................................................................................................... 38 3.21 VEHICLE DELIVERY ...................................................................................................... 39 3.22 INSPECTION AND ACCEPTANCE .................................................................................. 40 3.23 VEHICLE TAGS AND TITLE ........................................................................................... 40 3.24 INVOICING AND PAYMENTS ....................................................................................... 41 3.25 WARRANTY REPAIRS AND SERVICE ............................................................................ 41 3.26 INADEQUATE SERVICE ................................................................................................ 41 3.27 REPORTING: PURCHASE ORDERS & QUARTERLY REPORTS ........................................ 41 3.28 ADMINISTRATIVE FEE ................................................................................................. 42 3.29 LIQUIDATED DAMAGES .............................................................................................. 43 Appendix A ........................................................................................................................ : ....... 45 Appendix B ................................................................................................................................ 46 Appendix C ................................................................................................................................ 47 Appendix D ................................................................................................................................ 48 Appendix E .............................................................................................................................................. 49 17 1 .0 GENERAL CONDITIONS 1.01 BID CORRE SPONDE NCE Al l cor respondence r egarding th is bid sho uld be directed to the Florida Sher iffs Association "FSA", using the i n fo rm ation shown abov e. Ple ase be sure to reference the bid numbe r and your contact information. The contact for th is bid are: FSA Co ope rat ive Purc h asi ng Program Coordinator E-m ai l: cpp@flshorlffs.org Phon e : 850 -877 -2 1 65 ext. 241 Fa x: 850-878 -5 11 5 Annette Gr issom, FSA Cooperative Purchas i ng Program Manager E-m ail: agnssom(@flsi1enffs.QIg Pho n e: 850-877 -2165 ext. 231 Fa x: 850 -878-5 11 5 All commu n ication and/or document submi ss ions fo r thi s Invi tation to Bid shou ld be identified by cont r act title and n umber and d irected to: Florida Sheriff s Assoc iation Attn: Cooperativ e Pu rcha si ng ProgrClm Coordinator 2617 Mahan Dr ive Tallaha ssee. FL 32308 18 1.02 PURPOSE The Florida Sheriffs Association invites interested Bidders, including Motor Vehicle Manufacturers and Dealers/Certified Representatives to submit responses in accordance with these solicitation documents. The Florida Sheriffs Association will serve as the Contract Administrator in the solicitation process and the administration of the contract. The purpose of this bid is to establish a twelve (12) month contract, beginning October pt and ending September 30:r-, annually with manufacturers and manufacturer's authorized dealers for the purchase of vehicles and equipment on a "no trade-in basis". Trade-ins are not addressed in this contract. If a purchaser has a desire to offer vehicles/equipment for trade to the vendor, the Purchaser and dealer may do so at their sole discretion, by separate agreement. Under no circumstances shall trade-in transactions be deemed to constitute part of, or to have been conducted pursuant to, this contract. 1.03 TERM OF CONTRACT This contract shall remain in effect for one (1) year from date of contract execution by the Administrator, and may be renewed by mutual agreement, at the sole option and discretion of the FSA, for up to two (2) additional years, on a year-to-year basis. Contract extensions will only be executed when the FSA determines, based on then-existing conditions, that it is in the best interest of the FSA and the purchasers to do so. In the event that the contract is held beyond the term provided herein, it shall be on a month-to-month basis only and shall not constitute an implied renewal of the contract. Such a month-to-month extension shall be upon the same terms of the contract and at the compensation and payment provided herein. Prior to completion of each contract term, the FSA may consider a price adjustment due to changes in the Producer Price Index (PPI) as published by the U.S. Department of Labor, Bureau of Labor Statistics, or as a result of any changes to national or state standards that require substantial cost adjustments, or in the event of material changes in tariffs that result in cost increases of 15% or more. 1.04 ESTIMATED QUANTITIES In FY 2015-16, eligible users purchased approximately 13,560 vehicles and pieces of equipment from this contract. These estimated figures are given as a guideline for bidders preparing bids. Quantities provided to not guarantee or imply future contract sales. Neither the FSA nor any eligible user is 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 that would otherwise require sealed and competitive bidding procedures. 19 It is ou r practice to give conside ration to the price s offered, but t he Office of th e Sheriff is not r eq uire d by law to accept Ihe lowe st pri ced pro posal and may r eject any or ali o f the proposals w i tho ut recourse. Bidders are sole ly respon si bl e f or thei r o wn b id pr epara ti on costs and nothing in th is solicitat ion in any way ob li ga t e s the p arti cipating she riffs' offices for any payment for any activity or co st s i nc ur r ed by an y bi dd er in re sp on di ng t o this so li ci tati on. 1 .06 FU ND I N G In th e case o f certa in p u rch ase rs, including state age nci es, fun ds ex p en ded for the pu rp oses of the cont r act must be appropriated by the Florida legis latu r e, the individual parti ci patin g agency o r th e age ncy 's appropriating aut hori ty fo r each fisca l year inclu de d w ithin the contract period . For suc h ag en cies, th eir perform ances an d o bl igation s to pay for pro ducts or se r v ices under any r es ulting con trac t , or purcha se o r de r, are conti n ge nt up on suc h a n annual appropriation by t he l egisla ture , indivi du al agency o r by the appropriati ng authority. Th er e for e, any contrac t or purch ase orde r with such an agency sha ll automatically term ina t e with o ut pena lty or termin ati on cos t s in t he event of non -a ppropriati o n. 1.07 CU RRENC Y All transaction amou nts , bi ds, quote s, provisions, pa ym en t s o r any part of th is contract relating to currency are to be ma de in United States Dollar . 1 .08 GENERA L DEF I N ITI ONS The t e r ms u sed in this cont r Jct tl r e d e fin ed as th e follOWing: a. Administrato r: The Flo r ida Sheriffs Assoc iatio n in it s ro le in lldmini st erin g the solicitat io n and co ntract administrati on proc ess for the Flori d a Sheriffs Association and th e Flon d a Association of Co unties or t he ir de signee . b. Bidde r : A propose r or ente rpri se t ha t subm i ts a form;)1 offer to the FSA Coope r ati ve Purc has ing Progr a m Adm i nistrator in accordance with the Contract Terms and Conditio n s. c. De al er : A manufacture's ce rtifi ed r eprese ntative ;:I uthoriz ed by the man u fa ctu re r to m;)r ket, sell, provide, and service t h e veh ic les/eq uipment for the FSA Coope r ative Pur ch asi ng Program . Dea le r s m<lY b e vendor -owned <lnd contro lled , in who le o r in pa rt, o r in dependently o wned and control led. d. End Use r: A te rm used to d ist inguish the pe rso n who ultim;)tely uses o r i s i n t en ded to use a prod uct o r for whom a product is de sig ned for use. e. Facto ry : Refer s to th e m;)nuiacru re r; the <lssembly line. f. Fleet Adviso ry Committee (FAC): An employee of a she r iff's office or oth er loca l governme n ta l ;)ge ncy, or any other person who FSA identifies ;)S subj ec t matter exper t who ;)ss ist s wi th th e deve lo pment of bid speci fi cat io ns and evaluation of b id respons es. The Fleet Adviso ry Committe e m;)ke s r ecom me n dations to tne Administrator ;)n d IS not respons ib le for final awa rd s. g. Invi ta tion to Bid: A competitive so li citation and award proc ess established t hrough the iss uan ce o f an invitation to vendo rs, deale r s an d manufac turers t o submit a pr ice offer on a specific pro duct to be p rovi ded. This term sh Jl1 inclu de the b id speci f ic;Jt ions found Jt htc p ' leBA.' .. J enfLo' 20 and references to solicitation document s. 1 he term shall not inc lude requ est for proposals , reque st for quotes, requ est for letters o f interest, or the solicitatio n of purchase orde r s based on oral or w r itten quotations. h. Manufacturer: The o r iginal producer or provider of vehicle s or equipment offered on this co ntra ct. I. Manufactu r er 's Sugges ted Rettlil Price (MSRP): Mtlnufacturer's Sug gested Reta il Pr ice (MSRP) rep r esents the Manufacturer's recommended retail se ll ing price, list price, published li st price, or other usua l and customtlry price that would b e paid by the purchtlse r . The following are acceptable sou rces of cu rrent MSRPs and MSRP lists for use In submiss ion of the bid so licitation and t h e resu l ting co n tract: 1. Manufacturer's Compute r Pr i ntouts; Ford -"DorLl"; Gene r al Motors -"GM Autobook"; or app roved equivalent 2. Chrome Systems , Inc.'s PC CMbook (PC Ca rbo ok Plu s tln d PC Carbook Fleet Edition ) 3. Manufa ctu r er's Annual U.S. Price Book 4. Manufacturer's official website J. Non -Scheduled Options: Any o ptional new or unused com po nent not specified, featu re or co nfigu ratio n not included in the base repr esentative vehicle model speci fi cat i ons or options. k. Produ ction Cutoff : A term used by manufactu r ers to notify de a lers that the factory has reached maximum capacity for orders. Vehicle manufacturers use this term when refcrrlng to any givcn model year for production. I. Pu bli shed list Price: A standa r d "quant ity of one" price current ly ava i lable to government and educational purchasers, excluding cooperative o r vo l ume discounts. m. Purc haser: A Purcha se r is an entity thot seeks to o btain vehicles or equipment off this contract by meeting the eligible user crite ri a o r with vendor Ol pproval. n. Pu r ch ase Order: A documented agreemen t formal izing the terms and condit ions of t his con t r act under which a vendo r furnishes vehicles or equipment to a purchaser. o. Th i rd Party Supplier: Businesses external to a bidder or vendor that provide products and services which contri but e to the overall finished vehicle. Th i rd Party Suppliers are contracto rs under th e directio n and re sponsibility of the bidder or vendor. Th ird Party Suppl iers may also be referred t o as upfitters within this document. p. Vehicle Bid Aw()r d System (VeBA): The online sys tem u sed for the submission of electro n ic bids and tabulation of bid re sult s for the spec l fictltio ns co n nected to th is In vittltion to Bid. q. Vendo r : The bid der tha t htls been JWJrdcd and tlgrecs to provide products, vehicle s, o r equ i pment, which meet the requirem e nts and base spec i fications . The vendo r must agree to the cont r act te rm s and condition s of the cont ra ct befo re being awarded to the contr<:JCt. r . Vendor In sttl iled: A pro duct or se rvice provid ed by the ve ndor o r other third p<1rty; no t the f Jc t ory. 1.09 ELIGIBLE PURCHASER S OF CONTRACT 2 1 Awarded bids, or contract prices, will be extended and guaranteed to any unit of local government, political subdivision or agency of the State of Florida. This includes, but is not limited to counties, municipalities, sheriffs' offices, clerks, property appraisers, tax collectors, supervisors of elections, school boards or districts, water management districts, police and fire departments, emergency response units, state universities and colleges, or other state, local or regional government entities within the State of Florida. All purchasers are bound by state law, local ordinances, rules and regulations for purchases made under this contract. Participating agencies cannot guarantee any order other than those ordered by the individual agency. In addition, bids can be extended and guaranteed to other entities approved by manufacturers to participate in this contract to include out of state sales. Vendors are governed by their manufacturer's agreement, and must agree to the terms and conditions of this contract. 1.10 LEGAL REQUIREMENTS Federal, State, county laws, ordinances, rules and regulations that in any manner affect the items covered herein apply. lack of knowledge by the bidder of applicable legal requirements will in no way be a cause for relief from responsibility. 1.11 PATENTS & ROYALTIES The bidder, without exception, shall indemnify and hold 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 costs in any way arising, directly or indirectly, from the use of such design, device, or materials in any way involved in the work. 1.12 FEDERAL AND STATE STANDARDS It is the intent of FSA that all specifications herein are in full and complete compliance with all federal and State of Florida laws, requirements, and regulations applicable to the type and class of commodities and contractual services being provided. In addition, any applicable federal or State legal or regulatory requirements that become 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 vendor shall meet or exceed any such requirements of the laws and regulations. If an apparent conflict exists, the vendor shall contact the Administrator immediately. The bidder shall obtain and pay for all licenses, permits and inspection fees for tl:lis bid submission and contract. 22 1.13 UND ERWR I TERS'LABORATOR I ES Un less otherwise stipulated in the b id, all m an uf<lctured items <:ln d fabricated assemblies shall be Un de rwriters' labo r atori es , or U.l., li sted or re-examination listing where such has been established by U.l. for the item (s) offered and f urn ished 1.14 AMER I CAN WIT H D I SA B ILITI ES ACT To reque st t h is mate ri al in acces sible form at , sign language in te r pre te r s, informati o n on ()ccess for persons with d isa b i l i tie s, o r any accomm odatio n to rev ie w any document or partic ip ate in any FSA spo n sored proceeding, p l ease contact FS/\ Hum an Re sou r ces at (8 50) 877 -2165 five days in advance to init i ate you r request . TTY u se r s may also call t he Florida Relay Se r vice at 711. 1.1 5 REA SONABLE ACCOMMODAT I ON In acco r da nce with the Tit le II of the Amer icans w i th Di sabi lities Act, any person r eq uiring an accom m odation at the Bi d o pen ing because of a d isability mu st con tact the FSA Human Resources at (8 50) 877·2165. 1.1 6 M I N OR ITY BUS I NE SS EN T ERPRISE (M BE ) Th e Fl o r ida She ri f f s Associa ti on Poli cy is that Minority Bu siness Enterp r ises (MBE) sha ll have the oppo r tunity to pa r t i cipate i n th i s inv itation to bi d. Suc h p rocess wou ld be fo r supplyi ng good s and se r vices to FSA and Pu r chase r s. 1.17 A N TI-DISCRIMIN A T I O N The bi dder ce rtifies that h e/s h e i~ in com pliance as applicable by feder<l l or sta t e l aw with the n on- d isc r im inati on clause contained i n Section 20 2, Exe cutive Or d e r 11246, as umend e d by Executive Order 1 1375, re lutive to equal employment o pp ortuni ty io r a ll persons withou t regard to ra ce, color, religion, sex or nuti o nal origin. 1.18 BES T COMMERC I AL PRACT I CES The ap p arent si len ce of this sp ec i fica t ion an d any sup pleme n tal speci ficati o n s as to a ny detai l s o r the omissi on fr om it of a detai l ed description conce rn ing any point shall be regard ed as meani n g th at only th e best commercial p r actices, si ze, and desig n a re to be used . All wo rk ma n shi p is to be fi rst qu ulity. All interpretat ion s of this spe ci f icati on shall be u pon t he b<lsis of t his statement. 1.19 PUBLIC ENT I TY CR I MES (PEC) In acco r dance with the Public Ent i ty Crimes I\ct, Section 287.133, Flori d a St atu t es, a pe r son or affi lia te wh o has b ee n pl ace d o n the convicted vendor list maintained b y th e St<lte o f Flo r i d a De part ment o f Man agement Se rvices following a conv i ction for pub lic ent i ty cri m es may nm su bmit a b id on a camract to provi de any goods or se r vi ces to a publi c entity, may nor su bmit a bid on a co ntrac t w it h a public en tity fo r the 23 construction or rep air of a pub lic bu ild ing or pub li c work, may not subm it bi d s on leases of real prope rty to public entity, may no t b e award ed or perfor m work as a Ve nd or, sup plier, Sub -Ve nd o r, o r co nsultant under a contrac t with a publi c enti ty, and may not tranSfJc t business with any public enti t y in exce ss of t he thre sho ld amo u nt provided in Sec t ion 287.017, Flo rid a Statut es, for CATEGORY TWO for a peri o d of 36 months from the date of being placed on the convicted vendor li st. 1.20 TAX EXEMPT IO N Al l State and Federal tax exempti ons applicable to the units of loca l gove rnm ent of th e St ate of Florida will a pply, and appropri ate ce rtifications fu r nished. Pu rchasers sh all com ply w ith all fede r al, state and lo cal tax re q uirem ents. The Florida Sheriffs Associ ation is a S0 1(c )3 organization an d is exem pt fro m all Fede ral Excise and St ate Taxes. State Sales Tax and Use Certificate Number is 85-80 12646 919C -3. 1.2 1 T AXES Customers making a pur ch ase pursuant to the aWilrded bid are generally exempt from Fede ra l Excise and Sta te Sa les Tax . It is t h e re sp onsi bility of th e v end o r t o verify t h at the purch ase r is exemp t by ob t aining th e p u r chase r 's Fed e r al Exci se and St ate Ta xe s and Use Certific ate Number . 1 .22 ORDER OF PR ECEDENCE I N T HE EVENT OF CONFL I C r In the event o f co nflict, the con fli ct may be r eso lved in the followin g order of priority (hi ghes t to lowes t): 1. Addend a to Contr ac t Te rm s an d Co nditions, if issued 2. Co n tract Condition s 3. Addenda to Bid Specification s, if issued 4. Bid Sp ecification s 5. Bidd er Instructions 6. General Conditions 1.23 COMMUNIC A TIO NS Communicat i o ns between a proposer, bidde r, lobbyist or consul t ant an d FSA are lim it ed to m atters of proces s or pro cedu r e and sh all b e made in writi ng to th e contact perso ns identified in Sec tion 1.01 of thi s procure m e nt. Bidders should not re ly on rep re sentat ions, statements, or exp lanations other than those ma d e in thi s Bid or i n any written addendum to this Bid, and no oral representat ions, stat ements, or ex pl anations sh all be deemed to bi nd the FSA or eligib le users. 1.2~ CLAR IFI CATION AND ADDENDA Any quest i ons o r cl arifi cations concerning the Invitation to Bid sha l l be submitte d bye -mail to CPP@fl....herlfh.org with the bid title and number referenced on <.JII co rrespondence. rlna l questions must be rec eived by th e date fo r Reque st fo r Clarifi c<.J tlon st<.Jted on the Bid Calendar. Q ues ti ons iJnd answers will be p oste d to the }-SA Cooperative Purchasing Progra m website on th e dme indicated on the Bid C<l lendar. 24 Interpretation of the specifications or <lny sol i citation documents wi l l not be made to the bidder verbally, and if any verbal cla r if i cations <lre provided t h ey <lre with out l egal effect. Que stio ns received afte r the cone of si le nce date listed on the bid ca lendar wi l l not be addressed. The Administrato r r eserves the right to ad dress tech nica l questions. The FSA shtlll issue a Formal Addendum if subs tant ial chtlnges which impact the submission o f bids are r eq uired . A ny suc h addenda shiJlI be binding on the bidde r and shall bec o me a pa rt of t he soli ci ta t ion document. In the event o f conflict with the o r igina l specifications, adde n da sha ll govern to t h e extent sp ecified. Subsequent Addend<l sh<l ll govern over prior Addenda on ly to th e extent specified. FSA wil l make eve ry attem p t to e -mail updates to registered bidders . Ho w ever, po st i ng on the FSA website constitutes proper noti ce of addenda . The b i d der shall be requ i red to acknowledge receip t of the Formal Addendum by signing in the space provided . Failure to acknowledge Addendum shall deem the bid non -re spons ive; provided, however, tha t the FSA may waive this requirement in Its bes t Interest. The FSA will not be re spon sib le for any explana t ion or interpretation made verbally or in writi ng except those mad e throu gh the post i ng o f a Formal Addendum. 1.25 SI GNED BID CON SIDERED A N OFF ER Th e sig n ed Bid sh all be considered an offe r on the part of the Bidder, which offer shall be deemed acce pted upon approval by the FSA and in case o f defJu lt on the part of successful Bi dder, after such acceptance, the FSA may procu r e the items or services from other sources. The bid su bm iss ion must be signed by an authorized representative. An electronic signature may be used and shal l have the same fo rce and efrect as a written sig na t ure. 1 .26 ASS I GN ME NT OF CO NTRA CT No r ight o r interest in this Contr<lct mOly be assigned, transfer re d, conveyed, sublet or otherwise disposed of, without prior w r itten consent of the FSA. If the o r ig in ill vendo r sells or transf er s all assets or the enti re portion of the <lssets used to perform this Co ntract, a successo r -i n-interest mu st pe rf o r m all obligations u nder th is Contr<lCt. FSA re se rves the r ight to reject the acquiring entity as Ve ndor. A change of name agreement w ill not change the contractual ob ligation s of the Ve ndor. 1 .27 TERMINAT I O N OF PRODU CT L I N E If an FSA-awarded vendor terminates a product line (manu factu rer or brand), the dealer is req ui red to notify th e FSA Coop er ative Purch<lsing Pr og r am Coo r dinator with in 10 bu siness days of the decision not to re t ain the product line . In t h e eve n t a manu f acture r reass i gns the produ ct line to <ln alternate d eale r, the manufacturer an d the vendo r ar e r equired to immedicHely notify the FSA in writing of the change within 10 bu si ness days confi r ming the rea SS i gnment. If th e dealer is not already an approved FSJ\ vendor, t he dealer is requi r ed to a pply to the FS/\ to become <In approved vendor prior to conducting any qU<llified sale s. The vendor and 25 the manufacturer are r equired to ho nor the contract pri ci ng an d all of the app l icable term s an d condit ions th rou gh o ut the re ma ining term of the co n tract. 1 .28 METHOD OF AWARD The award is m ade to respon siv e and responsible bidders. FS/\ u ses i ts d iscretio n in dete rm ining if bi ds meet the r equirements of thi s sol i citat i o n. The FSA rese rv es the right to make multiple award s w ith in a specification, if deemed in th e be st interest of th e FSA and the purchasers. Awards will be p oste d on the FS/\ website according to the date po sted in th e b id calendar. 1 .29 DEMONSTRATI ON OF COMPETENCY Bidd e r s must be a bl e to demonstrilte a good reco rd of performance for a reasona ble per iod o f t ime , and have suffi cie nt fi ntlncia l suppo rt, equipment and organization to ensure th ey ca n sa t isfactorily execute th e serv i ces if awarded a co ntract under the term s an d conditions he rein st<lted. The t erm s "eq u ipme nt" and "orga n iza tion " as used he re in sh all be constr ued to m ean a fu ll y equipped and well established co mpany in li ne with th e best business pra ctice s in the in du stry an d as dete r mined by the FSA . The FSA may con si d er any eviden ce availabl e r egil rding the fi nancia l, te c hni cal and other qualifications and abil i t ies of () Bid der, incl uding past p erfo r mance with the FSA i n making t he award . The FSA m ay require Bidders to sho w proo f that they have been d es ignated as authorized r ep re sen tatives of a m an ufacture r o r su pp lie r whi ch is th e actual source of supply. In these i nstance s, th e FSA mily also require i nformati o n from th e source of supply rega rd ing th e quality, packag in g and cha r ac teristi cs of th e products. Any co nfli cts between th i s materia l information provid ed by th e so urce of su pply and th e inform at i on conta i ned in t h e b id su bmi ss ion may render th e bid nonresponsive. Pre -award in sp ecti o n of the Bidde r's facili t y m ay b e made pri o r t o t he award of contrac t . Bi ds will only be co n si de r ed from firm s whi ch are r egu l arly engage d in the b usiness of provid i ng th e goods or servi ce s as described i n thi s Bid . Inform ation subm i tted in the bid may not be p lag iarized and, except in the case of materials qu oted from this so licitati on or deve l oped by th e manufactu re r , must be the original work of the i nd ivi d ual or company that submi ts th e bid for evaluation. 1.30 VENDOR AB I L ITY TO PERFORM Dur i ng the co n trtlct p eri od, FS/\ m<ly review the ve n do r's record of performtlnce to ensure t htlt the vendor is provi ding suffi cie nt fi na n ci al su p po rt , equipment and organ i zation . If the FSA d ete rmi nes th at the ven dor no longer pos sess es the fin~Jnc ial support, equ ipmen t and organization in orde r to compl y with th is sec t ion , FSA ha s th e autho rity to i mmed ia te ly terminate th e co ntr act award ed . 26 By respo nd ing t o this p rocuremen t the vendo r warrant s thclt, to the best of his or her knowl ed ge , the re is n o p end ing o r t hreatened action, proceed i ng, or investigation, or <:lny oth e r leg tll or f i nanci al cond ition, t h at wo u ld in a ny w ay pro h ib it, res t r ai n, o r dimi nish th e Ve nd or's abi lity t o sa t isfy t he ob ligatio n s o f th e Contr act. Th e ven dor warra nt s t h at neit her i t no r a ny <lffi li ate i s cu rr e ntly o n th e con victe d vendor lis t m ai nt ai n ed pu rsua nt t o sectio n 28 7.133 o f t h e Flor ida Sta t ues, o r o n any si m ilar lis t m aintaine d by any o t he r stat e o r t h e fede ra l go vern m ent. The ve nd o r sh all im m ed ia t ely notify t he FSA and purch aser in w riting if it s abili t y t o pe rrorm i s com pr o mised i n any manner du r ing the te r m of the cont r ac t. 1.3 1 F I NAN CIAL RESPONS I B ILI TY Bidd e r affir m s by th e si gn ature o n th e co ntract sign at ure pag e th at th e bidd er: • Has fully r ead a nd u nderstands the sco pe, nature, and quality of w or k t o be pe rfo r me d or t he se rv i ce s to b e re nd ere d under this bid, and has th e adequate faci lit ies an d perso n nel t o ful fi l l su ch requ i re m ents; • Accep ts th e fi na n cial r es p o n sibility associated w ith th i s bid , and d ecla res t ha t h e or she has t he acce ss to ca pit al (in th e fo rm of liqu idity or cred it Jines ) i n o rde r t o m ee t th e f in an cial d eman d s of suc h awar d; • Has ass essed the financial res p onsib ility re q ui red to serve the contra ct as bid, including such d eta ils as the o b ligatio n s to perform all spec ifications bid, zones bid , and quantities that could be o r dered , as well as ti m ing of payment from purchase r s, which can be 45 days from receipt of i nvo ice; and • Ass um es ful l r es p onsibility tha t all vehicles d elivered t o the purc hase r are fr ee an d clea r o f all o utsi d e liens, en cu m br a nces, securi t y in t eres t s apurt from th e d eJler floor plan or ot h er deal er i nv ento ry finan ce se cu rity interest. 1.32 QUAL ITY AN D SA FETY Al l m ate r i a ls u sed f o r t he munufacture o r co nst r u ct ion of any suppl ies, mate ri als o r equ i pm ent cov e r ed by t h is bid sha ll b e new. 1 he items bid mu st be ne w, th e lat es t m o de !, o f t h e be st qu ality, and hig h es t g r ade w or km a nsh ip th at meet o r exceed f ede ral safet y st <1 n d<:l r ds. Produc t s r eq ui r i ng ce r ti fic ation sh ould require certification of options in cases where non -ce rt i fied o ptio n s co uld re sul t i n t h e decertificati on of the origina l p ro duct or w arr anty. In all cases w h ere o p t io ns are not ce rt ifi e d, the Vendo r m ust discl o se to t h e end u se r t hat the non -certi fi ed options ar e no t re qui red t o be cert if ie d. All o pt ions mu st meet o r exceed fede ral sa fe t y stJ n d<:Hd s. 1.33 NONCONFORMANCE TO CONTRACT COND ITI ONS Items may b e tested for compliance w ith spec i fic()tions . Items del ive r ed that do not con f or m to sp ecifications m ay b e rejected and retu rn ed Jt the vendor's expense . Items not meet ing the speci ficiations and ite m s no t del i ve r ed w ith i n a reasonab le p eriod of t ime afte r expecte d de livery dale ma y be purchased outsi d e of th e FSA co n t ract. An y vi ol ation of these sti pu l atio ns may also r esult in: • Vendo r 's name be i ng r emoved from t he awarded Vendor li st. 27 • FSA and Pu r chaser s bei ng advi sed not t o do busi ness wi th vendo r . 1.34 GRATU ITI ES Proposers sha ll not offer any gratuities, favor s, or anything of monetary value to any official, e mp loyee, or agent of the FSA , for the purpose of influencing conside r ation o f this bid. 1.35 TI E B I DS In case o f tie bids and both businesses have qUillif ying d rug-free work progrilms, the award will be made using the fo ll owing cr iteria: • Bidde r Within the State of Florida Deale r s performilnce record with pu rchasers • Coin Toss 1.36 RIGHT TO A UD I T Vendo r sha ll esta b lish a nd main t ain a re aso na ble accoun t ing system t hat enables FSA to reudily identify Ve nd o r 's sa les. FSA an d i ts authori zed representatives sha ll have the rig ht to iludit and to make copies of all related r ecords pertaining to this contract, i nclud i ng all government sales and eligible users information whether k e pt by or under the control of the ve ndor, incl ud ing, but not limited to th ose kept by it s employees, agents, assigns, successo rs, su b-vendors, or thi r d party supp l ie r s in whatever fo rm they may be kept -written o r electronic. Suc h re cords sh all includ e, but not be limited to: • Accounting record s, i nclud ing paid vouchers, cance lled checks, depo sit sli p s, le dg er s, and bank state ments; • Written polici es and procedures; • Subcontract file s (i n clud i ng p roposal s of successfu l <lnd un success ful b idders, bid re caps, etc.); • Origi n al esti m ate s or work sheets; • Cont r act amendments and cha nge o rd e r f ile s; • Insu r an ce do cum ents; or • Memoranda or corres pond enc e. Ve nd or sha ll mainta in such record s during the t e rm of this Contract and for a period of three (3) years after the completion o f this Co ntract. At the ve n dor's ex pense and up on written notice from FS A, th e ve ndor shall pr ovi de such record s fo r inspection Cln d Cludit by FSA o r it s authorized r e pr esentatives. Such r eco r ds shall b e m ade available to FSA during normal business hou r s wit h in three b usi ness days of rece i pt of the w r itten notice . FSA may sel ect the v en d or's p lace of bu sin ess o r offsite lOCution for the au dit. Th e FSA may (:l l so reque st t h e vendor provide requested records via e-m(:l il. Vendor sha ll ensure FSA ha s th ese right s wi th Vendor's employees, agents, uss i gns, successors, a nd th i rd purty supplie r and the o blig ution s o f th es e rights shu ll be expli ci tl y in cl ud ed in a ny subcon trac ts or ag re ements f o rmed betwe en the Vendor and an y Su b -Vendo r s to the ext e nt that those subcon tracts or Clg r eements r e late to fulfi llment of t he Vendor's o bligati on s t o FSA. 28 Professional fe es, personnel costs and travel costs incurred by FSA under its authority to audit and not addressed elsewhere wi l l be the responsibility of the FSA . However, if the audit identifies under reporting, overpricing o r overcharges (of any natu r e) by the vendor to FSA or a custome r in excess of t h ree perc ent (3%) of the t otal cont ract bill in gs, t he vendor sh all reimbur se FSA for the total costs of the aud it not to exceed 55,000. If the audit discovers substantIve findings related to fraud, misrepresentat Ion, or n on· perform ance, FSA may recoup all the costs of the audit work from the vendor. Any adjustme nts or paym ents th at must be made as a result of any such au d it or inspection of the vendor's invoices or r ecord s sh all be made wI th in a reasonable amou nt of time (not to exceed 60 days) f rom presenta tio n of FSA's finding s to Ven dor. FSA has the r ig h t to assess damages or seek reimbursements or r efunds b ased on aud it results. 1.37 LI AB ILI TY, I NSU RAN CE, LICEN SES fiN D PERMIT S Where bidders are required to enter or go onto FSA or purchaser property to de liver materials or perfo r m work or se rv ices as a result of a bi d award, the successfu l bidde r will ass ume the full duty, obligation and ex p ense of o btaining all nece ss ary licenses, permits and i nsurunce and assure all w ork complies with all ap pl ica bl e county and municipa l code requirements. The bidder sha l l be liable for any d am<lges or lo ss to the FSA o r purchaser occasioned by negligence of the bidder or any p er son the bidder has designated in the comp letion of the contract as a result of his o r her bid. 1.38 BID BOND S, PERFORM ANCE BON D S, CER TI FI CA T ES OF I NSU RANC E Bid Bo n ds, when required, shall be submi tted with the b i d In the amount specified In Bidder Ins tr uctions. Afte r acceptance of bid, the FSA will notify the su ccessful bidder to su bm it th e tlpplicable certificates of insu r ance in the amou nts speci fied in the Bidder Ins tru ctions tlnd/or Insurtlnce Checkl is t. Pu r chaser mtly request a performance bond from a vendor. Performance Bonds are recommended w i th pre · p ayment and wi ll be at the expen se of the requesting <:lgency. Purch<:l sers should determine the be st practice in comparing performance bond expense agilinst any prior discounts that may be available. 1.39 ELIMINATION FROM CONS I DERATION Th is Invitation to Bid shall not be awtlrded to any person o r bidder who has outstanding debts to the FSA, whether in relation to current or previous bid aVIl ards or for o the r business pu rpo ses. 1 .10 COL L U SIO N Collusion is a non -c ompetitive sec r et or so m etimes illegal agree m ent betwee n riva l b idders that attempts to di srupt the_contract process equilibrium. Collusion involves people or compan ies that wou ld typically co mp ete, but are conspi r ing or working toget h er in wh ich the outcom e re sults in an unfair bid advantage. The parties may co l lecti v ely choose to ag ree to inc r e<lse Dr dec r ease its product ba se price in one o r more zones to maximize awards thus denying the public a fair price . lxamples of Bid Collusion: 29 • Cover bidding: a competitor agrees to submit a no n-competitiv e bid th at is too high to be accepted or conta i ns terms tha t are u na cc e ptab le to the buyer. Bid supp re ss i on or withdrawal: a co mpetitor Llgrees n ot to b id or to withdr~w a bid from consideration. • Ma rk et sharing: a com peti to r tlgrees to su bmit bid s on ly in certai n geogra phic areas or on ly to certa i n public organiZat i ons. • Bid rotation: competitors agree to t el ke turns at w i nning business whi le monitoring the ir market shares [0 ensu re they all have a p r edete r mined slice of th e pie . Bidders o r vendors who have be en f ound t o h ave engaged in collu si o n wil l be conSide r ed nonre sponsive, and wil l be su sp ended or barred from bid participation. Any contra ct awa r d r esulting from collusive bidding may b e termina ted for default. Further, any collu si on that i s detected by the FSA may be reported to relevant law enforcement and/or prosecut o r ial agencies. Vendors or dealers and the i r re presentatives m ay su bm it mu lti p l e bi ds without con fli ct o f co llu sion if t he bid submitted i s n ot from the sa m e manufacturer and prod uct lin e. De alershi ps which share the same ownership may submit mult i ple bids without conflict of collusion if the bidders are not in the same region f eaturing the same manufacturer and product l i ne . 1.41 DEFAULT Failu r e o r re f usa l of a bi dde r to execute a co ntract upon award or withdrawa l of a bid before such award is m\lde, may re su l t i n forfe i ture of any b id surety requ ired that is equal to damages incur r ed by th e FSA the r efrom, or where su r ety is not required , f ailure to execute a con tract as describ ed above miJy be grounds for removing the bidder from the \lwiJ r ded v endor's l i st. In case of default on th e part of aw ard ed bi dder, the FSA ma y tak e necesS\l ry step s to o therWise procure th e products sought, including but not limited to proCUring the products or services from the next highest r\lnked bidder o r fro m other sources. A dcfuulring b idde r may be he l d liab le f o r costs incurred by the FSA i n procuri ng rep l ucc ment product s. 1.42 PROTESTS AN D ARBITRi\T I ON Options iJre f or info r mationul purpose s on ly and will n ot se r ve as a basis for protes t. Any pe rson who is adve r se ly \lffecte d by th e deci !>io n or in t ended decis ion to award shall f ile u "Notice of Pr otest" i n wri ti ng to the Admin ist r ator with in three (3) business duy s ufter th e po st in g of t he Intent t o Award and shall file u form Cl I written prote st with i n five (5) b usi ne ss days ah e r fil i ng the No tice of Protest. Failure to file both a notice of protest tlnd a formal wri lten orotest within the above referenced timelines sh all const i tute a waiver o f proceedings . The burd en is o n the party pro t es t i ng t he (l w ard of the b i d to establ ish gr o und s fo r Inva lidat ing th e award(s). The fo rmal wri tt en prot es t must state w i th pa rti cula rity th e fac t s and law upon which the prot es t is based . Failure to do so \V i II result in a denial of pr otes t. Formal wri tte n prote st wh ich st a l es w i th particular i t y the facts LInd l aw upon whi ch th e pr otest i s b i.!!>e d w ill be reviewed by FSA legal counsel f or legal so und ness and 30 vil lidity, and corrective action will be taken as needed contingent upon the validi t y o f su ch claims. Howeve r, any additio nal time requ ir ed and cost incurred by the FSA to substantiate a protesting party's claim(s) b eyond the no r mal scope of its leg al review du e to the vague or inconclu sive na t u r e of the protesting parry's fi lin g w ill be rei mb ursable to the FSA and deducted from the protesting pa r ty's bond o r secu rity which must accompan y their fil ing . Any person wh o files an action protesting a decision o r intended decision pertaining to this cont r act shall post with the Flo r ida Sheriffs Associat ion at the time of fi ling the formal wr itte n protest or within the five (5) day perio d all owed for f ili ng the formal w r itten prote st, a bo nd , cashie r 's che ck or money order payable to the Florida Sheriffs Association in the amount equal to ten pe rcent of the product line being protest ed. FSA wi l l pro vide the amount r equired within two (2) business d ays of the notice of protest r eceive d . Thi s bond or secu r ity w ill be conditioned upon the payment of all costs w h ich may be adjudge d ag ai nst th e pr otesting pa rty in a cou r t of l aw and/or to reim bur se the FSA fo r additiona l lega l expenses i ncurr ed and required to substa ntiate the pr otesting party's claim{s). Failure to post the bond or securi t y re quirem en t wit hin the time allowed for filing will result in a denial of protest. The filing of the pr otest sh all not stay the implementation of the bid awa r d by the Florida Sheriffs Association. Should the unsucces sful bidde r {s) decide to appeal the deci sion of the FSA, t h ey sh a ll fi le a notice to FSA wi th in three (3 ) bu siness days of t he FSA bid protest decision regarding thei r intent to r eq uest arb itration. A demand for ar bitration with the American Arbitr2tion Associ2t i on 's (AAA) commercial panel under its rule s and regul ations must b e m ade within ten (10 ) business days of the FSA bid pro t est decision. Any person who fil es for an ar bit ra tio n w i th th e AAA shall po st with the Florida Sheriffs Associat io n at the time of fi ling th e f ormal wri tte n arbitration reque st , a bond, cashier's check or money order payable to the Flo ri da Sher iffs Associat i on in the amo u nt equal to ten per cent of the pro du ct li ne be i ng protested. This amount will be t he same amount as the FSA provided at the time of fi ling th e initia l protest. Failure to pr ovide writt en notice to FSA, fil e a demand for arbitr<ltion w i t h the AAA, or fuilu r e to post th e requi red b o nd an d security re qu ireme nt w i thin the spec ifi ed timelines sh all cons ti tute a waiver of ar b itration proceedings. By r esponding to this procurement t he bidder expressly agrees to the use of mandatory binding ar bitru tio n to re solve Jny appe<.lls oj the decision of the FSA, and uny claims a rising f rom or in any WiJY r elat ing to the procu r eme nt process, <.lnd exp ressly waives any and J II rig hts that it may othe rw ise h ave to pu rsu e suc h claims in any other forum, jud ici al or othe rwi se . If the party filing for <.lfb itration does not prevai l, i t shall p<ly <lll cos t s, lega l exp enses and attorney fe es of th e prevailing parry incurred in con ne ction with the a rbitratio n. However, if the filing party prevails, the p art ie s shall shLlre equally the fe es and ex penses of the arbitration and AAA and each shall be ar the cost of th e ir own attorney fe es. The fil in g for arbitration shall n ot sta y the i mpl em entatio n of the bid awa r d by the Fl o ri d a Sheriffs Assoc i ation. ].43 NONPER FORM ANCE Th e vendor sh al l at all ti m e~ during the contract term remain respons ive and responsible. In d et ermining vendor's respon si bil i ty, the Ad m inistrato r shall consider all information or evidence that demo nstrates the ve n dor's ab ili ty or willingn ess to fully satis fy t h e r equirements of the solicitation an d the contract. Ve ndors th at are not in compl iance with any of the provisions of this contr<lct can be Clssessed liq uidated damages, suspended or terminated from the contract. The Admi nis t ra t or has the discretion to remove a n oncom pl i ant vendor from future competitive bid solicitCltions. 3 1 At th e Administ r ator's d iscretion, vendor s m ay be required to develop correct ive action pl ans to ad d r ess co ntract co mpli an ce. F<1ilure to abide by corrective action plans will resu lt term ination from the existing co n t ract a nd futu re competitive bi d so l ic it il tion s at t he di sc reti on of the Adm inistril tor. In situat i o ns where the r e is evide nce t h il t th e vendo r ha s engaged in eg r egio u s breilches of the co ntract with res pec t to eit h e r the FSA and /o r the purcha ser, t h e co ntract can b e terminated and the vendor w il l be rem oved fro m future sol i ci tati ons for a p e riod of thre e (3) ye ars and up to a permanent ban from t he bid p rocess. Spe ci f ic co nd itions for te r mi nation include, but a re not li m i t ed t o; failu re t o p erform, refusal to acce p t orders during the cont ra ct period while manufac turer o rd ers are still being accepted f or curre nt model yea r or the new yea r if the vehicle is pri ce p rotected by the facto ry, ch ar ging amounts excee di ng MSRP on f actory or deale r in stal le d items and ptlckage s, requiring the p urchase oi addi t ional options over and above th e ba se vehicle as a co ndition o f accepta n ce o f o r de r, providi n g afte rmurket options w h er e factory options are avai lab l e without th e co nsent of the purcha se r , any m is r ep r esentation of optiona l equipment o r se rvice as being f ac tory t h at fails to meet t he definition as desc ribed i n this document, and any othe r practice deemed to b e incons i stent with the inten t of the contrClC[. Any vendor p r esented w i th a valid purchase order is reqUi r ed by this contr act to accept such purchase order and de liver the product. Ord ers must be fulfilled if the vehicle or equipment is a base model o r w he th er it includes o ptions. Th e vendor mu st de li ver th is produc t if they were awa r ded the contract -re ga rdle ss of profit o r loss. Fa i lu re to deliver the vehicl es o r equipment m iJy r es u lt in the purcha ser seeking d amages for the di ffere nc e of co st to iss u e the exact same order with another vendo r pl us any legal fees and damages that may b e incurred i n th e proce ss to facilitate iJ co mpl eted orde r . Additional ly, FSA may seek damag es for nonpayment o f adm in istrative fees, to which rSA is entitled, according to Section 3.28 an d any attorney's f ees incurred in t he r ecove ry of the se damages. All term s a nd condition s ar e Jpplicable througho u t the term of the contract Jnd no t any given Year, Make or Mod el. 1.44 SEVERAB I LITY In the eve n t a ny pro visi oll o f this conlrJc t is h el d to be unenforceable for <lny reas o ll, the unenforceability t h ereof shall n ot affect t h e remainder of th e co ntr()ct which sh()11 rema in in ful l force a nd effect and en forceable in accordance w i th i ts ter m s. 1.45 T ERM I NATION FOR CAUSE If through Jny ca u se wi th in the reas on abl e co ntro l of th e ve nd o r, it sha ll fa i l t o fulfill i n a timely m an ner, or othe rw ise vio l ate an y o f the te rm s of thi s con t ract, t he FSA shall h()ve t he righ t to t er m i nate the serv ice s r emaining to be perfo r med. W r itte n not ice of the def icie n cies sh u ll be given to t h e vendo r and u nle ss the defici enc i es are co rrecte d within]O busines s day s, the Cont ract mf)Y be te rm inate d for ca use imm e di at ely. Th e r ight ro exercise t h e option to t ermina t e for ca use shall be i n the sale disc ret i on of the FSA, and the f ()ilur e to exe r cise suc h right shiJl l no t be d eemed to co nstitute a w iJ lver of thi s ri gh t. 32 In that event, the FSA sh all compensate the success ful bi dder in accorda nce with th e contrac t for al l se rvi ces perfo r med by the bidder prior to termination, net of an y costs i ncurred by the FSA as a consequence of t he default. Notwithstanding the Clbove, the vendor sh all not be reli eved of liabili ty to the FSA for d<Jm<Jges susta ined by the FSA by virtue of any breach of the contract by the vendor, and the FSA may rea so nably withhold payment s to th e vendor for the p urposes of off set unti l such time as the exac t amount of damages due the FSA from the vendo r is determi ned . 1.46 T ER M I NATIO N WITHOUT CA USE Th e FSA can termi n ate the cont ract in whole or p<Jrt without cause by giving written notice to the vendo r of such te r mi n atio n , w hich shal l b ecome effec t ive 30 days fol l owing rece ip t by vendor of such notice. In that event, all fini shed or unfinished d ocuments tln d other m()terials shal l be properly delivered t o t he FSA. The vendo r sha l l no t f urn i sh any prod uct tlfter it rece iv es t he notice of termin ation, except as necessary to complete the continued pan ion of the contract, if Clny. The vendor shall not be entitled to re cover an y lost profits that the vendor expected to etlrn on t he balanced of th e Cont ract or cancellat io n cha r ges. Any payments to the vendor shall be only to the LOt al ext em of th e FSA li ability f or goods or services delivered prior t o the d J t e of notice to terminate the contr()ct. 1 .4 7 CONTRACT ADVERTI SME N T AND USF. 0 10 FSA LO GO Th e CPP logo i s an o fficial log o of the Florida Sheriffs Associat io n designed to promote th e program . The logo may be used by vend ors in accordance with this poli cy . Use of th e logo is lim ited t o the original version received from the FSA. Modifications a re not p er mitted. Methods o f use include, but are not limited to: • Elect r onic medi ums such as websites , digital m arketing campa igns, socia l media and e-mail; or • Print m e di a su ch as forms, market ing campaigns , bu si n ess cards, posters, bann er s, brochu r es, flyers and postcards. Ve n dors may reque st the logo by contacting cpp@fI~hl'l'lffs..org , and sh ould include a brief des cription of t h e h ow the vendor intends to u se the lo go. The official FSA sh e riff's sta r an d wreath lo go may not be lIsed w i th out pr ior written permission. The reque st mu st include a d etailed explanation for i ntended use of t he FSA logo . 33 2 .0 BIDDER INSTRUCTION S 2.0 1 F I RS T YEAR BIDDER QUALIF I CA TI ONS I n order for b ids to be conside r ed, fIrst y ea r Bid d e r s to the Florida Sheriff s Associat i on Coo pe r at ive Purcha sing Pro g ram mu st provid e suppo rt i ng materi tl l with the ir bid submission to d e mon st r ate th at they are q ua l i fi ed to satis fact o rily perform <l S an Llwa rd ed vendor. Supporting material shall be provided on a th u mb drive and shal l include: a. All informat ion necessary to cert i fy that the bidder main tain s a permanent place of business; b. A state m e nt fr om the manufacturer that the bidd er is an iluthorized distri b utor for the proposed manufactu r er; c. Inform ation that the Bidde r has not had just or p rop e r clai m s pending against them Df their com pa ny; d. A l isting of cont ra cts for similar se rv i ces th<J t have been provide d t o pub lic o r p r iva te sect o r client s wi t h i n the l(l st three (3 ) yea r s; e. Sh all f urnish t h e names, add r esses, and tele p ho ne numbers of 5 government agenc i es for which t he Bidder is currently providing or h<1s provided simi l <J r se rvices; <Jnd f. A Reque st for Con si d e rati on letter on company letterhead, which shall be dated p ri or to the bi d submi ss ion date, whi ch should include: 1. The l ength of t i me the company has bee n in bu si ne ss; 2. The Du n and Bradstreet and /or I:xperian Business number; 3 . If the company currently se lls on a state o r federal cont r act, if so identify which cont r act (s); 4. How many yeor s of exp er ience in government s<J l es th e company has; 5. W heth er t h e compony con accommodate fleets sa le s., 6. Proof of a bus i ness li ne of credit fro m the guaranto r used to su pport gove rnm e nt fleet operation s; 7 . Additional info r mation about the product line; and 8. W h ether th e company h as ever been disqualified f ro m any contract, if so identify wh ich co ntra ct(s). 2 .02 LI CENS I NG/FAC ILIT IES Bidde r s ar e required to p ossess a Fl orida Motor Vehicle Dealers License i n o rd er to bid on any motor vehic le. Bidders m ust maintain a repair/warranty fac i li t y with in the Sta t e of Florida to provi d e sales und servi ce for t h e vehicles an d equi p ment bid . The Admini st r ator re se rve s the right to peri od i ca lly requ est additiona l or u pdated information from a dealer regardi ng the repai r /warranty fa cility during the sol icitat ion and t he term of the contr ac t , i f awarded . The FSA Coo pe r u live Pu rch asing Program Adm i nistrator m ay also exercise d iscretio n in examining suc h fuc ili t y as d ee m ed n ecessur y. 2.03 INSURANCE AN D I NDEMN I F I CA TI ON Vendo r sha ll be fully li <Jble for the actions o f its agent s, emp l oyee s, partners, or third p <J rty su ppl ie r s and sha ll fu l ly in d emnify, defen d, and hold harml ess t he Florida Sh eriffs Assoc i ation, the particip<Jting agencies, and th ei r officers, agents, iln d employees from su i t s, actions, damages, and cos t s of every name and 34 description, in clu di n g legal co un sels' f ees, ari sing from or re lating to p ers o na l inj ury and damage to rea l or persona l ta ng ibl e p roperty all ege d to be cau sed in whole or in part by bi dd er , its age n ts , em pl oyees, partners, o r thi rd p arty sup pli ers; provided, ho w ever, that th e bidder shall no t in d emnify for t ha t po rti on of any loss or d<lmages re sul ting directly from the neglige nt acts or omissions of th e Flor ida Sher iffs Association and participating age n cies o r pr oximately caused by int entio n al wrongful acts or omiss ions of the Flori da Sheriffs Assoc iation an d participating agencies. Ve nd o r 's obliga t ion s und er th e above parag r ap h wi t h r espect to lega l action are contingent u p on the Flo ri da Sheriffs Associat ion and/o r pa rt icipati ng agenCies giving th e bidde r (1) wr itte n notice of a ny action or thre ate ne d act i on, and (2) the op p ortunity to take over and se ttle or defend any such act ion at bidder's sal e expense. Vendo r sh all not be liable f o r any COS 1, expense o r com promise i ncurr ed by the Flo r i da She r iffs Association, or p ar t i ci p at i ng agencies, in any l ega l action without bidder's pri or written consent, which consent shall not be unretlso n ably w i thhe ld, condit io ned, or delayed. The vendor sh ()11 b e r esp onsib le fo r t h e work and eve ry part the reof, and f o r all materials, tools, app lia nc es and pro pe rty of eve ry de sc r ip ti on, used in co nn ec ti on w i th this particular project. The vendo r shall spec i fically and distinctly assume, a nd does so assume, a l l risk s of damage or inj ury to property o r perso n s used or emp loyed on or in connection with the work and of all damage or injury to any person or prop erty whe r ever located , result ing from any act ion or ope rati on und e r the contract o r in co nnecti on w ith the wo r k. It is understood and agreed that at all times the vendor is acting as an in d ependen t contractor. The vendo r a t all t im es during the full dura tio n o f work under this contrac t , in cludi n g extra work in connect i on w i t h th i s p roject sh all meet the r equi rement s o f th is sec t io n. The ve nd or shall ma in t ain au t omobile lillbility ins urllnce incl ud i ng pro perty damage cove rin g al l owne d, no n -ow n ed o r hi re d au tomobiles and equipment u sed in connection with th e wo r k. The ven d o r sh al l ma in ta in comp r ehensive general liab il i ty insurance and generlll agg r egate insurance in the amoun t and coverage levels specifi e d on th e In su rance Checklis t. The ve n do r shall mainta in insu r ance to cover garage operations in the amo u n t speci fied on t h e Insurance Checkli st. No change or cance llation i n insura n ce shall be made w ithout 30 d ays wr itt en notice to the FSA Cooperative Purchasing Progr am Ad m in istra to r. All i nsurance polici es shall be iss ued by com pa nies auth o ri zed t o do busi ne ss under t he laws of th e Sta t e o f Florida an d the se compa ni es must have a ra ting of at le<lst B+: VI or be tte r per Bes t 's Key Rating Guid e, la te st editi on. Original signe d Certiricat es of Insurance, eVidenc ing suc h cove ra ges an d en d o r sements as r eq ui r ed he re in shall b e filed wit h in five day s of bid award. The cer tifica t e must state Bid Nu mb er <lnd Tit le. Vendor may not begin performance under t he contract until such Certific<ltcs have been app roved by th e Administrator. Up o n expir ati on o f t he required i nsu r ance, the vendor must submit u pdated certifictltes of insurance for as lo ng a period as an y w ork is still in progress. It is und ersto od and ag r eed th<1t <3 11 po licies of i nsur<ln ce provided by the vendor arc primll ry coverage t o a ny i ns urance o r se lf-in sura n ce the FSA possesses th ()t mll Y <lpply to a loss res ulting from the work performed in thi s cont rllCt. 35 All p olicies issued to cove r the insurzlnce req uire me nt s he re in sha ll provide f u l l cove rage from the f ir st dolla r of exposure. No d e ductibles will be all owed in <ln y policies i ss ued on t hi s contr,lCt unless speci fic safe guard s have been establ ishe d to assu r e an ad eq uat e fund for payment of deductibles by the in su red an d appr oved by th e Admi n istr ato r . The liab ility in sura nc e cover<lge sha ll ext e nd to an d incl ud e the fo ll o wing contract u al indemnity and ho l d harmless agreem ent: The vendor h e r eby agrees t o inde m nify and hold ha rm less the FSA, a SO l(c)3, it s officers, agents, and employees fr om all clai ms for bo d ily injuri es t o the pub lic in and up to th e amount of $1,000,000 f o r each occur re n ce rJnd fo r all dam rJges to the property of o t hers in and up to t he amount of Sl,OOO,OOO fo r each occu rren ce per the insur<ln ce requi r emen t un d e r the spec i ficat ion s i nclud i ng cos ts of invest igation, all expe nses o f li tigat i o n, in c luding re asonable lega l counse l fees and the cost of ap peal s a ri smg out o f any such claims ar sui t s b ecause o f any and all acts of omission o r commissio n o f any by the ve n do r, his agents, servants, or em p loyee s, o r through the me r e existence o f the proj ect unde r contract. The forego in g inde m ni t y agreement sh all apply to any and all clai ms an d sui ts other than claim s and suits ar isi ng o ut of t he so le a n d exclusive negligence of the FSA, its o fficer s, agen t s, and employees, as determined by a cou rt o f com pete n t j urisdi ction. The v endor will n oti fy his i n sura nc e agen t w i thau : delay of the exi stence of the Hold Har m less Agreement contained with i n thi s contract, and furni sh a cop y of the Ho ld Harm less Agreemen t t o t he insu rance agen t and carrie r. Th e vend o r wil l o bt ain and ma in ta i n cont ra ctu a l li abil i ty msuran ce in ade qu ate limits for t he sole purpo se of protecting th e FSA u nd er the Hold Har m less Ag r eement f rom ;:lny and a ll c laims ariS in g ou t of t his contractual opera t ion. The vendor wi l l se cure and m()i nt ain p olic ie s of third p arty supp liers. All poli ci es shall be made available t o t h e FSA up on demand. Com pliance by the ve ndor and all th ir d pa r ty suppl ier s with t he fo rego in g requirements as to car rying insu ran ce and f urn i shing copi es of the In surance poliCi es shall no t re lieve th e vendor and all thi r d party sup pliers of the ir li abil ities an d obl igations un der any sect ion or provisions of thi s contract. Vendor shall b e as fully re sp ons ibl e to the FS A for the ac t s and o mi ss io ns of th e thi rd party supplie r s and of persons e mp loy ed by th em as h e is for act s an d omissions of p ersons dire ctly em pl oyed by hi m. Insurance covera ge re quir ed in this co n t ra ct shall b e in fo r ce t hrou gh out th e contrac t term. The re quired Insu ra n ce Check l ist summariZes the v en d or 's i nsurance obligation s, if awa r d ed. The Adm inistr,ltor Gln r eq ues t an d th e vendo r sha ll fu rnish proo f of insurance wit h in seven days of rece ipt of the wr itten r eq u est fr om FSA. Shoul d t he vendo r fa il to provid e accepta bl e evidence of c urrent in suran ce d u r ing the co nt r act te rm , the FSA shall have the rig ht to conS id er th e contrilct breJched an d justifying th e term in at ion th ereof. If bid de r does no t me et the insuran ce requir e me nts of th e speCif ications ; th e Ad m in istrJto r may consider altern ate insur;:lnc c co v erage. 36 2 .0 ~ SPEC I FI CAT I ONS All units covered by this Contract and the detailed sp eci fi cat ions shall be the manufa cturer's cu r rent basic product ion mode l, and shall, as a minimum, b e equipped with 0/1 standard factory equ i pment in accorda n ce wit h the ma n u f act ur er's latest liter ature u n le ss ot herwise noted in the bid document. If awa rded, b i dders m u st sup pl y a u n it t haI ei t he r m eets o r excee d s all t he req ui rements i ncl ud ed i n t h e applicable de t ailed sp ecifications. Th e bid specificat i ons a r e contained at http:.:./V( SA fl:.hcnus.org. The FSA ba se specifications ar e inco r po r ate d in this document by ref erence . All bidders wi ll be requ i red to provid e any information reque sted on the price sheets, suc h as manufacturer an d model numb e r of various components, or may h()ve their bid rejected. Al l equipme n t , options, and features provided mu st be desig ne d , constructed, and In st<1lled to be fully su it()bl e for thei r intended use and se rvice. 2 .0 5 FI XED PRICES If the bidde r i s aw arded <1 contract u nder this Invi tat ion t o Bid, t he prices quoted by t h e bidder on the Bi d Fo r ms sh all r e m a in f ix ed and fi r m du r ing t h e term o f this co n tract, unles s o th erwi se addressed i n a con tr <1ct extensio n . 2.0 6 SEALED 8 1 DS A sea l ed bid i s a com pl eted bid t h <1t IS su bmitted in a seil l ed and unopened container clear ly m ar ked with the Bi d Title and Number. One el ectronic copy of the bid submission as well as any o t he r required documentation must be turned In for the bi d to be conSidered for award. El ectroni c copies shall be submitted on a labeled USB fla sh d r ive . Sealed bids shou l d b e sent to the atten t ion 01 FSA Coope ra t ive Pu rchasing Program Coord in ato r , Flo r ida Sh eriffs Associatio n , 2617 Mahan Dr ive, Tallahassee, FL 32308. Faxed o r e-ma i led bi d s will not be acce pt ed. 2.0 7 EXCEPT I ONS, OM I SS IO N AND ERROR S Any exceptio ns, d evi at i o ns, or continge n ci es () bidde r may h<Jvc to spcci fi c()t i ons o r Cont ract Co ndi tions, Sec t ion 3.0 o f this d ocument, must be documented i n bidde r's su b mission . Excep t ion s to t h e sp ecificatio n s at t he time of the bid submission shall refe r ence the section and wi t h a w r itten explaniltion for the request fo r exce ption. At FS/\'s disc r et ion , excep t ions, deviations, or contingencies to the sp ecificat i on s or Cont r act Condit i ons stip ul ated by the bidder may re su lt in disqualification o f a bidder's sub mission. Specifications are based on the most cu rrent milnufacturer li terature available . Bidders sho u ld i mmed ia tely notify the Ad m i nistrLlto r of any i naccurilc les in the specifi catio n s or requi re d subm i ttal documents. All notification s of i naccuril cics must be in writing and timely su bmitted . Failure o f a bidde r to comply w i th the se provisions w il l re sult i n bidd ers being he l d re sp ons ibl e for all cos t s required to b r ing the vehicle into compli<lnce with the contrLlct specifications. 37 Exceptions. deviations or conti ngencies to the Gene r al Condi t ions or Bidd er In stru ct i on s, othe r th an those de t erm i n ed to consti tute mino r irregularitie s Jnd waived by the FSA pursuant to Secti on 2.26 , may be cause for the rejection of a b i dder's submi ss i on. 2 .08 M I STAKES Bidde rs are expected to examine the sp ecifica t ions, delivery schedules, b id pri ces an d al l i nforma ti on perta i ni ng to serv i ci ng t hi s contract be f ore submitting a bid . Fail u re to do so wi ll be at the bi dder's risk. 2 .09 EQU I VALENTS Bidde r s mu st fi rst reque st app roval fro m the Administrator before subm itting a bid tha t i nc l ud es an equivalent tha t w ill su p p lement an ite m o n t he base speci fi cation. Th e Ad mi n ist rator w i ll dete rmin e whether t h e p roposed equi valent is eq ual to or exceeds t he quali t y, design and construct ion than th e intended rep lacement i tem in the ba se specificatio n. Bidde r s must provi de th e ma nu fJcture r name and mod el n u mb er (o r product identifier ) of each eq u ivalen t when seeking app rova l. Complete, descr i ptive, t ec hnical lit erat ure should demonstra t e that the equiva l ent co nform s w ith specific r epl acement item . If t he equivale nt is app r oved, t h e bi dder must include the supporting materi c:d in the bi d sub m ission . Bids will not be co n sidered without t hi s informa ti on . If a bid uses equivalents wi th out prio r ap pr oval, the bid will be deemed n o nrespon si ve. Ve nd o rs offer i ng altern ate makes <ln d m Clnufacturers o f vehic l es o r eq uip ment t h at a re no r specif ically identified in the bid , ca n not pub li sh or offer th e unapproved equ ivalents. Off er ings o f th i s na t u r e w ill cause th e bid to be r ej ected . If suc h offer ings are id en t i f ied afte r the award ha s been g r anted, the offerings, specifi cation o r entire award can be re moved by th e Admin is t r ato r . Whe n selling equ ivalent s, vendors mu st di sc lo se to the purcha ser t ha t an approved e qu ival e nt is be in g offe r ed. 2 .1 0 MANDAT ORY PRE -B I D MEt:T I NG Pr os pective bidde r s are requi r ed to atte n d the m andatory Pre -Bid Meeting. The Pre · Bid Meeting is designed for ve nd o r s, the Fl eet Advi sory Committee Clnd th e FSJ\ Coopera t ive Purch<J sing Team to mee t in p e rso n to cla rify que stion s on t he t erms a nd condi ti o ns a nd t o confi r m all base specificlltio ns are correc t . Bidde rs have the opportunity to suggest tec hni ca l modificati ons o r correction s before t he sp ecifications ar e finalized. Que stio ns r el ati n g to the specif icati ons, the bid process, o r av,.'ard can be asked at the Pr e-B id M ee ti ng . FS/\ reserve s the right to grant att endance except io ns t o the mandatory meeting if th e bidde r ha s requested prior authoriz at i on, signs a memo of under standing to ag ree to meet al l th e term s a nd co nditi ons without except io n and further wai v es their r ight t o prote st the bid p rocess i n its entirety o r any porti on the re of. 38 2.11 QUALIF I CATION Pro sp ective bidders are required to complete the q ua li fictltion fo rm s by t h e date listed on the Bid Cale n da r . A bidder b ecomes a qu()lificd bidde r if they com ply with this section a nd Section 2.10, M andatory Pre -Bid M ee ting. Qu a lifi catio n fo r ms incl ude: Drug -Fr ee Workplace Form, Ins ur ance Checklist, and Manufacture r Ce r t ificat i on Form for each m a nufacturer bid for Con t ract FSA18-VEH 16 .0 o nl y . c N ote: Manufacturer Certification Forms a r e n ot requ ir ed fo r Contract FSA 18 -VEl26.0. The qua lifi cat ion forms a re located in the ap pendice s, and can be found o nline at: h tt ps:/ /www.fl sheriffs .org/law-e nfareemenl -program s/cDo p era rive -p u reh asing -p rogra m/b id - ann ouncements. Qu a lifi cation f orms must be subm itted bV email t o cpp@flsheriffs,org . 2.1 2 PR I CES QUOTED Price s su bm itted ~s indic<lted in the sea led bid are fin al. Bidde rs <Jcknowledge th<Jt prices qu oted will b e valid for a pe r iod of 60 calenda r days f r om the date of bid opening. Each spe ci fication, make and model must be priced Clnd bid separately. Pric es sho ul d reflect the final cost t he bidder can ex pect to rece i ve fo r payment for thc specificCltions bid . These price s m ust be i nclu siv e of al l of the com pon ents included in the base sp ecificat ion. Prices bid, incl udi n g op ti ons , must i nclud e t h e <Jdm i n i strative f ec FSA cha r ges to Cldminister the contrvct, as out lin ed i n Section 3 .28. Pr ices must b e Free On BO Cl rd (FOB) destination. Once Clwa rd ed, the vendo r hCls the authority to offer dIscounts for prompt payment. CClsh or qUClntity di scou nts offer ed will not be a co n si dera tion in dete r mination of aw,Jrd of the b id. 2.1 3 OPTION PR I CI NG The Ad m in i strator has the d i sc r etion to disqualify bi dders if the op tion pri ci ng is exce ss ive . The b idder sh a ll o ffe r discou n t b elow Milnufacturer'~ Standard Retail Pric i ng (MSRP) or manufactu rers p u bli she d list price for any facto r y add options includ ed in t he bid s ubrn i ~sion an d in result ing customer orde r s, i f awa r ded. Agencies a re e n cou raged to n ego t i ate option pric ing wi th ve nd o r s. Discounts C<l ll be provided bey ond publishe d l ist price o f add option s. The <l dd illonal di scounts for each add option shall be decided by the vendor. When cal culat ing the price for a ma nufac tu rer's o pt ion requested in this bid that is not listed as an op ti on i n th e manu facturer 's order gu i de (i.e . model o r engine LJpgrade), bidder must calcul<l t e the opt ion price as 39 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. Example: Bidder CANNOT include option upgrades that result in the selling of a vehicle or truck on one specification that is offered as a separate specification in the bid solicitation. For example, a Vendor who is awarded the bid for 25,500 lb. GVWR Cab & Chassis cannot upgrade this item through an add option to a 30,000 lb. GVWR Cab & Chassis in order to circumvent the bid award winner for the 30,000 lb. GVWR Cab & Chassis. Factory package options are allowable under this contract. Factory package options must be included in the add options within the bid document and detailed specifically as to what components the package includes. 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. Option pricing will include all costs of labor associated with the option and should not be listed separately within the bid document. 2.14 EMERGENCY LIGHT AND SIREN CERTIFICATION STANDARDS Vendors that will install emergency lights and sirens are required to submit their Society of Automotive Engineers (SAE) Certifications at the time of bid submission. SAE Certifications must include Class 1, Class 2 and Class 3 in order to be eligible for participation in the FSA Contract. Vendors that will provide or contract to provide emergency light and siren upfitting must also submit EVT Certifications for the vendor or the designated third party supplier at the time of bid submission. Under Florida Statute 316.003(1), authorized emergency vehicles are defined as: 40 Ve hicl es o f the fire department (fire p<l t ro l), police vehicles, and such ambulances and eme rg ency vehicles of municipal departments, publi c se rvice corporations operated by private co r po r ations, the Fish and W ildlife Conse r vation Comm iss ion, the Department ot Environmental Pro t ection, the De p artment of Health, the Departme nt of Transportation , and the De p artment of Cor rections LIS a re designated or aut h or ized by their respective department or the chie f of police of an inco rp orated city or ;Jny she riff of any of the vario us counties, FSA rese r ves the right to accept certifications u p an d u ntil final award. 2.1 5 SUBM ITTAL OF BI D Bidders are required to submit a bid in VeBA. VeBA submissions include pricing for the base specificat i on, opt i on descr ip tions and option pr i cing, and any app li cable light bar package prici ng. In additi on to VeBA sub missio ns, FSA requ ire s that vendors submit a comp lete b id package to FSA on a USB drive . The complete bid ba ckage includes a .pdf copy of the VeBA submission and all other re qui red d ocumenta tion . Electronic signatures are autho rized. However, the Contract Signature document a lso r equires notarization. Notaries can be pe rfo rm ed e lectronically if they meet the st atutory requirements. Bids submiss i o ns m ust be receiv ed by the da te li sted on the bid c<llend<lr. Late bids wi ll not be considered and VeBA w il l no t accept bid s after midnight o n th e closing date <lS specified in the Bid Calenda r . Ve hi cle Bid Award System (VeBA) Bidders must submit the i r bid electronic<Jlly on VeBA, wh ic h is lo cate d at https:!/veba.flshe r iffs.o rg. Bid s n ot su bmitted within VeBA will be r ejected. Aft er th e pr e-bid meeting, use r names (lnd passwords will be issued to qU<Jlified b idders. Bidders are encou rage d to d o wn lo<Jd and r ev iew the ins t ruc t ions lo cated on the h o me p<Jge of VeBA. Instructions for entering an d submitting bid specific(ltions, as we ll (lS ligh tb<J r package pric ing , are inc luded on the VeBA si t e. Questions re ga rd ing the use of VeBA should be addressed to ,u;:)Dort(U·IIQL,jfu~i o n.com . Bidders who in tend to bid on emergency vehicle s are also required to submit their light bar package p ricing through a separate document housed on t h e VeBA website during the VeBA submission process. Pric es are to be rounded to the neClrest whole dollCl r (i.e. $10, not $10.05). Vendo r s wi ll have th e option to use an electro ni c up load for speci fi cation options to VeBA. Inst ru ctions and d eadl in es for th is upload will be pr ovided to al l in te r ested bidders. Electronic upl oa d of opt ion desc rip tions is not mandatory Lind is Lin alternative method for en tering op t ion detai l for a bi dd er's subm iss ion. Thi s option upload does not Cl pp ly to b ase spe ci fication priCing. If the vendor see ks to util ize the option upload du r ing the bid subm i ss ion pr ocess, the vendor ac k now l edges th a t a contractor to FSA w i ll have acce ss to the vendor's up load data. The con t r <Jc tor h<Js signed Cl confidentiali t\, Clgreemen t agreeing t o main t<l i n ve n dors' data as confidentiCl I and ag re es that the delta may only be used for the purp oses of up loading th e option data to the VeBA system. The contractor has acknowledged that any misuse of the data may result i n li ab ility to the vendor owning such data and may result i n such vendor bringing leg al <Jetion <Jgainst t he co ntrne lor. By using t hi s option upland, the vendor iJcknow l edges that the vendor is sole ly respo ns ible for e nsurin g th at the data uploaded is accurate and complete. Bid Package Submi ssion In additi o n to sub mitting t h e b id v ia the VeBA syste m, one el ectronic cop y o f t h e b id pac kage on a labe le d USB drive must be de live r ed to FSA. Bid packages must be lab eled with the con t rac t ti t le an d number. M ail sea led b id pac kage s to the attention o f: FSA Cooperat ive Purchasing Program Coo r dinator Cont r act: {E n ter Cont ract Ti tle and Number} Florida She ri ffs Assoc i at i on 26 17 Mahan Drive Tallahassee, Flo r idil 32308 Th e b id pilc kage must b e r eceived ill the Florida She ri ffs Assoc iat ion by t he date and time specified o n the Bid Calenda r. Failu re t o meet all submiss ion re q uiremen t s by the date in dicated in the Bi d Calendar will r esult i n reject i on of t he bid. Th e US B d r ive m ust be labeled w ith the vendor's info r mation, and sha l l include the following docume nt s: • Executed Co n t r act Sig natur e Page • Co ve r sheet, fou n d on VeBA; • A pp licab le licenses o r cert ifications, Including bu t not limlt~d to SAE or EVT cert i fic ations • Pr ici ng Sh eet f or Eme rgency Veh icle Lighti ng ann Eme r genc y Ligh t and Siren Ce rt ifications, if a pp lica ble • One pdf co py of the VeBA bid submi ss io n and one build sheet for each specification bi d o M ate r ials fo r each spec i fication must be housed In a si ngle fo ld e r labeled by specifica t ion o A bui ld sheet is a d ocument from t he bid der or ma nufactu r e r that co nfirms that th e veh icl e o r cqu ipm en t bid ma t chcs th e FSA base specifica t ion. If using the manu fac t ure r's pr int-out, the d ocument sha ll indicate the manufacture r's base model code and display the st andard eq uipmen t required to provide the base veh icl e as outli ned in the rSA spe ci f ica ti o n. For exam p le, man u facturer pr in t -outs can in cl ude Ford -Dora, Gene ral M oto rs -GM Autobook. Carbook Pr o bU ild sheet s ar e acceptable. If vendor instal led aftermarket components Lire re q uire d to mee t the bas e vehicle speci ficatio n an d t h ese co mp onents m u st be id en t if ie d on th e buil d sh eet. • Documen t a t ion as re qu ire d in Sect ion 2.01 for fi rs t year bidders • Any re q uested eq uiva lents or excep t ions By virtue o f th e bid su b missio n, bidder ack nowle dg es it s obligation to sell ve hi cles an d equi p ment in all zo n es for wh ic h it IS aw ar ded. Fai lu re of th e bIdde r to comply Wit h lhese req uIrements may r esult in th e Imposition o f liq u ida te d damages of up to $1,000 per veh icle/eq uipment, w h ic h amount the vendor ag r ees is reaso na b le , or probati on, su sp en si o n, t erm inat io n or a co mbinati on th er eof fr om cu rrent an d f utu re bids at the Admi nis t rator's discret i on. 2.16 ZONE B ID D I NG Bi dd ers are allowed to bid i n one or more geographic zones. The zone map;s Appendi x B. A sp ace is provided fo r t he bi dde r to i ndica t e zone bid ding . Absence of an y ind icJtion of a par t icular zone w ill mean that bids fo r e ac h spec i fication will be co nside red in all zones. 2.17 EXECUT ION OF BI D By submitting a r es p onse to this invit ation to Bid, the vendor agrees to the t erms and conditions o f th i s contract and to b e bound by such te rms and condi tio ns if selected for award . The b idd e r must submit the Contract Signatu re document with the s ignatu re of an a uthorized rep rese ntative no la t e r t han the dare o f th e fi na l award. 2.1 8 MOD I FI CATION OR W I THDRAW A LS OF BID S A bid de r may su bmit a modified bid to repl ac e all or any po rt ion of a previously subm i tt e d bid unti l the du e date and t im e listed in the Bid Ca l endar. M o d i fi ca tions r eceived aft e r the bid due date and ti me w i ll no t be con si de r ed. Bids can be withd r awn in writing prio r to the contra ct award. If a b i dder believes r ha t the b idd e r must withd raw the bi d, the b i dder must con t act the Admin istrator immediate ly . Bid withdrawal s are h an d l ed on a ca se by case bas i s, an d ca n result in a limitation of parti ci pat i on in fu tu r e bids . 2.19 LATE BIDS Any bid or b i d s recei ve d after time and d ate specified in the Bi d Ctll end tlr will be r etu rne d to the bidde r unope n ed. Th e re spo n si b i lity for submitti ng a bi d before the st ated time and date is solely and st rict l y th e re spo nsib ility of the bidder. The FSA i s not responsibl e fo r delays c(J u sed by technical problem s, any internet outages o r un avai labil ity other than i nstances in whi ch the VeBa system is offlin e, delays incurre d by mail or cou r ier service, including U.S. Mai l, o r any other occ urrence. Any refe rence to time will b e b ased on [aste rn Standard Time . 2.20 BID OPEN I NG Bi d s shall b e opened on th e dilte and time spec i f ied on t he Bi d Calendar . 2.2 1 DETERM I NAT I ON OF RESPONS I VENESS Det erm ination of re spo n sive n ess will t<lke pltlce <It the t i me of bid open in g an d evalua tion . In o rd e r t o be deemed a res p ons ive bidder, th e bi d mu st confo rm in all mater ial re spe c Ts t o the requ i rements sta ted in the Co ntr<l ct. 2.22 RESPO NS IBL E BIDDER CR I TERIA Bi d s wi l l be eva lu at ed to det e rmine if eli gib ili ty and co ntr ac t re quirements ar e met. Re spo nses that do not meet all requiremen ts of thi S InVitation to Bid or f ai l to p r OV ide all r eq u ired information, docum ent s or materi al s may be r ejected as nonrespo nsive. Bidders whose respo n ses, pa st pe rformance, o r current stil tu s d o no t reflect th e ca pa b ili t y, integrity, or re l i ability to fully <l nd in good f,mh perform t he re qu ir emen t s of the Contract m ay be re j ected as non· re sp o nsible. In determi ni ng a res pon Si ble bid de r , t he foilowin g factor s may be consi d ered: • Adequacy of fac i l it ies, staffing, and fin~nciill re so u r ces; 43 • Previous expe r ience with FSA co ntr<lct or other similar government contracts; • Ab il ity to provide exce ll ent custome r service, including previ o us FSA contr<l cts; • Any other informLlt i on relev<lnt to the responsibility of a vendor that FSA is aware of. In addition to first year b i dders, FSA re serves the right to request staffing, performance <lnd financial inform at ion f rom an y b i dder du r ing the eva lua ti on process if the Admin istrator determines th is in formation i s necessary t o awa r d th e bi d. FSA re se rves the right to deter mine which responses meet the requ i rements, sp ec ifica t ions, term s and condit i ons o f th e sol i citation , and which b i dders ar e r esponsive a n d re sponsible. 2 .23 BASIS FOR AWARD I he Admi n ist r ator sh all make awa rds to the lowest bidder by specification, by manufacture r <lnd by zone to b i dde r s deemed to be re sponsive and responsib le. Awards may also be made to t h e seco nd lowest bidder by spec i ficatio n , by manufacturer and by zone, if applicable and determined to be in t he best interest of the FSA and the purchase r. Th e Fleet Advi so ry Committee serves uS the initiul review fo r bid submissions. Th e Fleet Advisory Committee's r evie w is sub mitted to th e Administrator for final evaluation and determin<:ltion 01 awa rd . The add option s in the bi d sh<:lll be fo r informGltional purposes only and wi l l not serve as a basis for bid p rotest. However, the Administrato r has th e d isc retion to consider op t ion pricing in making the awa rd if doing so would be in t he be st i n t erest s of the FSA or the purchaser. The Administrato r reserves the right to accep t or reject any and al l b ids, and to w aIve any minor I r regula rity, technica li ty or omission if It determines that doing so wi l l se r ve the purcha se r's be st Interest. 2.24 B I D W I THDRAWAL Bidde r war r Llnts by virtue of bidding it is su bmitting a firm bid and the prices quoted in their bid response will b e goo d f o r an eva l ua tion p e r iod of si xty (60) ca lendar days from the date of bid opening un less othe r w i se ag re ed to by the FSf\. If a bidde r s believes that the bidder must withdraw the bid, the b idder must contact t he Admin i strato r i mmediately. Bid withdraw s a re hand l ed o n a case by case b CJsis, a nd ca n r esult in a l imitation of participation i n f utu r e bid s. 2 .25 BID TABULATI ON S The Bid TCJ bulation repo r t w il l be po st ed to th e Cooperative Pu rchasing Prog ram web site after the elect roni c bid process closes as andicated in the Bid Calendar . ~ '~\._f! .. l~ H.t l,rct me.lt pr(lgr~.!Il~Qo!?eraJjv~·plH( 01' Ic-pr If I I11J .11·r' If there is a delay in posting the bid tabulation results, the Administrator will po st a notice of th e delay and a revi se d date for posting of r esults . 2.2 6 MI NOR I RREG ULA RITI ES/RIGHT T O REJE CT 1 he FSA has the right to acce pt or reject any and oil bids, or separate portions thereof, and t o waive an y m inor ir regu larity, technica lity D r omission if the FSA determines that doing so will se r ve its b est in terest or th e b est i nterest o f th e purcha se r s. A m ino r i r re gula r ity i s a vari ation from the ter m s a nd co ndi ti o ns o f t his procurement th at does not affect the price of the bid or give the bidder a su bst <lntia l advantage ove r othe r b i d de r s and th e r eb y re strict o r stifle com petition an d does not adversely i mpact the inte r ests of the FSA o r th e pu rc hase rs. At i ts o p t i on, th e FSA may allow a vendo r t o correct m in o r i rr egu la r i ties but is u nde r no ob li gation t o d o so. In doing so, th e FSA may reques t a vendor to p rovide cla r ifying infor matio n or additi on al ma te ria l s t o co rr ec t th e irregu l arity. However, the FSA will not r equest a nd a vendo r may not p rovi de t h e FS A w it h ad d i ti ona l m ateri a ls th at aff ect t h e p r ice o f the b id, o r give th e ve ndor a n adva nta ge or b en efit no t e njoy ed by other vendors. The FS A m ay a lso re j ect any bi d s not sub mitted i n the m a nne r specified in t h is document. 2.27 CO NE OF SILENCE This Invi tatio n to Bid is subject to the Cone of Silence that beg i ns the date the bid subm ission opens as i n d i cate d in the Bi d Calenda r . D u ring t h is pe ri od all commu ni cations rega r d in g t hi s so l icit atio n be tw een FS A and Bidde r w ill cease, exce p t for p rocedu ral quest i ons , questions regarding problems incurred in the use o f the FSA Cooperative Pu rchasing Prog r am website or VeBA, or comm u nications initiated by the FSA. All p ermitt ed co m m un icat i o n s during t h is period shall be ma d e in wri t ing t o t he proc ur e men t co ntac t s ide n tified in Section 1.01 of t his Invi t ation to Bid. Bidders are encouraged to read the instru ct ions a n d v iew t he t utoria l v i deo rega r ding operation of VeBA. FSA is not responsible for bi d der's im p roper use of t he VeBA sy st em or w e bsi te. Exc e pli ons wi ll be gr an t ed t o th is sec t ion shou ld any w ebsite ma l fu n ctio ns occu r . 45 3 .0 CONTRACT CONDITION S 3 .01 GENERA L REQU I REMEN T S On ce the bid has been awarded, the terms and conditions of th is document become the Contr act between the FSA and the awa rde d vendor. Th e ter m s and co nditio ns app ly to all ve h icles and equipment purchase d from thi s con t ract. 3 .02 ST A T E M EN T OF A UT H O RI T Y Each person signing the Cont r act warr ants th a t he/s h e is dul y authorized to do so and binds the respective pa rty to the Contract. 3.03 VENDOR CON T ACT I NFORMATI ON The vendor wil l maintai n cur rent contact info r mation with ~SA a t a l l t imes. If a ch ange occurs during the (ontruct, the vendor must not ify the Administ r ato r i m m ediatel y . The Vendo r Change Document must b e completed, si gn ed by an author ized representative LInd sub mitted via c mu i l to CP P@flshe"ffs.org. A sam p le Vendor Change Document can be found in Appendix A and online <Jt: https:!lwww.flshenffs.org!uoloads!FSA'o20Bid' ·2u!',ward ~.20Vendor ,~Olli· __ .20Crange'lr20Document% 20REv%20S 16Ao(.281%;29.pdf. 3 .04 OPT I ON T O R ENEW W ITH PR I CE AD JU STMENT The contract may be renewed by mutual ag r eement, initiated at the d i sc retion of the FSA, fo r up to two (2) addi tio n al years, on a year to year ba sis. The FSA re!>erves the right to in i t s sa le discr et ion .elect to renew the co ntract in whol e or in part Prior to comp l etion of each exe r cised contract term, the FSA may consider an adj u stmen t to price due to changes to t he Producer Price Ind ex (PPI) as pu b li sh ed by the U.S. De partment of Lubor, Bureau of l abo r Statistics, or as a result of any changes to nat ional or state st andard s that r equi re substantial cos t ad ju stme nt s. Prices may b e in cr eased or dec rea sed by the perce ntage change reflected in the nationally p ublished PPI. The Ad mini strator shall deter mine th e PPI based on the in i tiated t iming of the renew(]1 that best reflects a dju stm en t s to the economy over the previous ] 2 month s. In the event of changes to national o r state sta ndards, the ven d o r must present verifiab le changes in cos t to the Admini strator. The Adminis trcHo r will consider the cos t changes and w i ll make a fi nal d etermina t ion on th e cha n ge in price. Fo r Cln y ven do r -init i Clt ed Cldjust m ent to co mmence on the first dCly o f t he r en ewed co n trClct te r m , t he ve ndo r 's re q uest o r Cldj u stmen t shoul d be submitted one hundred Cl nd t wen t y (120) dClYs p rior to exp ir Cltion of the th en cu r rent co ntrClCt. l h e vendo r Cldj ustm ent request must clea r ly su bst antiClte th e re q ues t ed i ncr eas e . If no r eq u est is r ece ived f rom th e vendo r, the FS A w ill Clss um e t hCl t th e ve ndo r hCls Clgr ee d that th e opt io nCl I te r m mCl Y b e exe rcised w ithout p r iCin g Cl djust m ent. Any adj ust m e nt r equ est r ecei v ed afte r th e comme n cem en t o f Cl n ew o pt i on per iod will no t be considered. The FSA re serves the r igh t to Clcce pt t h e r en e w al adj ustme n t o r to allo w t he co ntract t o t e rm in at e and r e- adv erti se f o r bid s, whic heve r i s in th e b est i n te r est of th e FS A . 3.0 5 A DDIT I O NS AN D DELET I ON S The FS A r eserv es th e ri g ht to add o r d e le t e an y ite m s f ro m t his bi d o r r es u lt i ng co ntract whe n dee med to b e in th e be st i n t e r es t of FSA an d th e pa rt ici pating pur chasers. FSA rese rv es the r ig h t to remove, discon t inue or suspend t he sale or offering of any pro du ct w i thin t h e Invi ta t i on to Bi d d ocu m ent o r exi sti ng co nt ract, at it s d iscretio n . Thi s decisi o n to ta ke actio n may be based upon <lnd not limited to: • Few o r no sa les; • Produ ct reca ll s an d other safe ty issues; • Deale r /Ma n uf actu r er pe rfo rm ance; or • Lack o f releva n ce of products/commodities . 3 .0 6 EQUITABLE A DJUSTM EN T Th e Admi ni str ato r m ay m a ke a n equi tab le adjustme n t to t he co ntract te r ms o r pri cing at i t s d i scr et ion. 3 .0 7 D I SCOUNT S Di sc o unts sha ll b e bel ow MClnufClc t u r e r's St<Jn d ard Retail Pr i cing (MS RP) o r mClnu f acturers pu b li she d li st pri ce f o r any v e hi cl e, eq u ipme n t a nd fa ctory ad d o pt io ns. Th e dea le r has the a uthorit y to offer additiona l d iscounts bosed on qUClntity, as w ell as add i tio nal m <ln ufacture r or ven d or discounts. Di scoun t r an ges are no t pe rm i ss ibl e. Disco u n t s m us t be a who le, posi t ive pe rc e n t age wi t h no d eci ma l pl ace (e.g. 10%). 3 .08 COND ITI O NS It i s und e rst o o d a nd agr eed that <Jny item o f fe r ed o r sh ippe d as a result of thiS bid shall be the most current model offe r ed, i.e . the most cur rent p roduct i on model at the time of this b i d . 47 3 .09 PRODU CT I ON CUT O FF Ve nd o r sh all notify the A dmI n ist r at o r In w rit i ng no less th an sixty (60 ) ca l end a r d ay s pri o r to the cl o se o f fina l ord e r date by th e m an ufac tu r e r wh e n t he fin al o r d er d at e i s duri ng t h e t e rm of the co ntr ac t. N o t i f i cat ion shal l b e pro vid ed i n w r itin g. Pu r cha se o rd e r s r ecei ve d by the ve nd o r t en (10) bu sin ess days p r io r to the finu l o r de r date mu st b e a ccep te d a nd en t ere d i nt o th e o r d e r sys t em w it h t h e manufactu r er . I f a purcha se o r der ha s been timely r ecei v ed by th e ven dor o r the m a nuftl cturer, and th e manufactu re r fail s t o pro d uce o r d eli v er th e prod u ct io n y ea r v ehicle, the v end o r m us t prOVi d e th e next ye a r 's eq uiva lent mo d el a t curre nt contr ac t p r ices. Pu r chil SC o rder s i ss ued and rec ei v ed afte r the cutoff da l e w ill b e subject to av ail a bi li ty. In th is ca se , t h e ven dor and m a n ufactu r e r h ave t he d isc reti o n whe t her t o choose t o pro vide n ext ye a r 's model at cu rre nt y ea r's p ric es until t h e end of the cont r act term . If t h e m~m u fu c tu r e r cutoff d a t e is du r ing t h e t er m of t he co ntr Clct Clnd w illa t te ct th e p u rchase r's ab ili ty t o ob tai n t he specifi cai to n s, FSA m ay cons i de r su bs ti t ut io ns fro m th e same ma nu fact urer. 3 .1 0 FA CI LlT I ES The FSA r es erves th e rig h t to i ns pec t t he ven d or's facili t ies at any time w it h p r io r n otice. 3 .1 1 SUBS T I T UT I ONS The FS A o r p urch ase rs w ill NOT accep t su bsti t ut e sh i pm e nts o f any ki nd. V e ndors are ex p ec t ed to fu rn ish th e bran d q u o ted in thei r b i d once Cl w Ll rd ed. A ny su bstitu t es wil l be re turn ed at the ve n dor 's exp ense. De live ry of sub sti t ut es an d t he d elay in supp lying t he correc t speci f ica t io n can b e dee med gro unds f o r t e r min ation fo r defau lt. 3 .1 2 POLICE RA T ED VE HI CLES /MO T ORCYCLE S Ve h i cle s in thi s cat egory have b ee n re vi ew ed by on c or m ore o f t he nat ional ly re co gni z.ed Clut ho r i t ies on Po li ce Vehicle Test ing Pro gr am/Eva lua ti on . Th es e veh icles were hi sto ri ca ll y r eferred to as "Pursui t Rat e d ". The se eva luati o n s ar c not d es ign ed t o reco m me nd a par t ic u la r pro d uc t , b ut to se rve <:IS z res ource fo r veh ic l es which are cu rre ntl y bei ng o ffe red f o r law en fo r cemen t se rvice. To see t h e f u ll det ailed r ep ort cl ick or copy t h e l in ks b e low. The i m p o r w nce wit h wh ic h e ach ind iv id ua l ph ase i s w eig ht e d in t hese c Vil lu il tion s i s a subj ec tiv e deci si o n whi ch shou l d b e m ad e by e ach ag e ncy based up o n th at agency's needs. For th e pu r po ses of this b id, t he f ollo w i ng are recogn i zed Clu th o r i ties: STA TE OF MICH IGAN DepJrtm e nt of State Po l ice a nd Dep artme n t o f Techno logy, ManJge m e n t and Bud ge t Po l i ce Vehicle EVCl luatio n Progrilm http://ww\\..michigangDv/d(l(LJm(·r"\t!./m~r.i::.Oll r,/'r ;'e!l,ct' V.;:r.'(I{' h: .. lIuallor, T e 5t Book rind' 54<1109 7 pdf LASD LAW ENFORCEMENT V EHiClE TEST AND EVALUA TION PROGRAM Vehlcle! hnpJlwlA'w.la·,.;henff orO'/s,_ .~itt. (Ollk~L. \'udoclimenEJ2017 Vehicl e Test Booklet.pdf Motorcycles: http://www 1.1- c,henff.org's2/<;ti"ltlc CC'lh ~It( "P/~, d:"C':;-lW;.t·" 2011 Motorcyc.r-T .. ~ t Bookletprlf 3.13 SPEC I AL SE RVI CE VEH I CL ES: Ve hicle s in this category in some cas e s have been re v iewed by one or more o f the n ationa ll y reco gn i zed aut horities on Police Vehicle Testing Prog ra m/Eva lu ation. The se vehicles are often referred to as "Special Se rv ice Veh icle" (SSV) and often used i n p u bli c safety applications and other are as of government. Please r efe r to manufactu r es p u bl ished i nformation f o r detailed information regard i ng these vehicles . 3.14 CAB AND CHASS I S PUR CHASES Ca b and Chas sis can be pu rch<l se d from th e vendor w ithout any requ i red addition al fitting by the ven dor. If an in comp l ete chass i s IS sol d to LIn Llg ency, then the vendor i s not responsib le for the tag a n d title. Vendo rs are re spon si ble for tag and title work if the chvssis is completed by the ve nd or or the vendor's contr<lctcd third p arry sup pli er. FSA highly recommend s that all upfi t ti ng of c<lb <lnd ch<l ss is b e perform ed by vendor s who arc licensed and ce r tified to perform such work to Ll void un n ecc ssa ry exposure to future liability. The requir eme nts of Florid a Statute 319.21 rclated to the m<lnuf<lcturer st at ement o f origin app ly to cab and chas si s purcha ses. 3.1 5 FACTORY I NSTALLED All options sp ec ified as f<lcto ry i nswlled are to be ins ta lled on the vehicle at the primary site of ass embly a nd is to be the m anufacturer's st an d ard assembly-l i ne produ ct . No ahermarket and no dea ler i nstalled eq uipment will be acce p ted as fac tory ins ta lled . Vend o r s fo u nd supplying aftermarke t or dealer ins talled eq uipme nt where factory installed are specified may be requ ired to retr ie ve all delivered vehicles a n d r eo rder new v ehi cl es me e ting t he spec ificati on!>. All factory o r dered options ,He to be orig inLd equi pmEnt manufacturer (OEM) and f<l ctory i n st alled unless othe rw ise noted by the vendor and acknowledged in writing by the p u rchase r . Verbal ag re e m en t s w ill not be r ec o gn i zed. Afterm<lrket parts, mod i fications, and factory pr odu ced p art s and com po nent s orde red and i nsta lle d by a vendor that do not meet th e requirem e nt s of factory i nstalled co mponen ts, w i ll be r ejec ted for no n compliance w i t h the requirement s of t h e spec i ficJtion . In the event that a com p o nen t th <lt does n ot meet the specificat ions i s fo u nd i n stal l ed o n a v ehi cle be fore o r after t he vehicle ha s b een acc ept ed by th e Pu r ch ase r, th e vendor shal l be requ i red to replace the ve h icle with a veh icle th en meets t h e r equi red speci f icat i ons, Including fa ct ory insta lled co mp o n e nt s. In th e alte rn ative, the pu r ch ase r shall decide wh ether they will acce pt d eale r in stalle d co m ponents. 3 .1 6 VEN D OR I N ST A LLED All vendor -in stal l ed access or ies sh all be insta ll ed acc ord ing to the manufacturer's spec ifi ca ti o ns. Examples include roll bar, trail e r hi tch, etc. /\1 1 such accessories must be manufactured by an establi shed manufactu r er of th e prod u ct prov ided. Vendor is requ ired to d isclose Make and Model of pro duCi be ing offere d and the locat i on, design, and model mu st be approved by the purcha ser pri or to installat io n. De aler must als o disclose the wa rran ty of any ite m that is less than or excee ds facto ry veh icle facto ry warranty cove rag e . A vendor that employs CI third party su ppli er or subco nt rac t s technicians to in stall eme rgency equipm en t on vehicles pur chased on thi s contract is r equi r ed to utilize technic i an s that a re ce rtifie d in Law Enforcement Veh i cle In sta llation through EV T Certificatio n Commi ss ion, Inc. or (:In approved equ iva lent. The Administ r ator ma y a t any lim e du r ing t he con tract peri o d r equ est proo f of th e r equ ired ce rt ific ation . Any vendo r that vio lates this provi sion will be conside r ed in defa ult of the contract. FSA ma y te r m i nate th e co nt r act in acco rdance with Se ction 1.45 o f thi s Inv itatio n t o Bid. 3.1 7 N O N -SCHEDUL ED OPTI ONS FSA atte mpts to i nclu de scheduled, facto ry C1 nd afte rm ark et o pti ons in the bid document . If a p urch ase r re quests a n on-sc h eduled option that is not i ncl uded i n the bid document, the vendo r may p rovi de thi s non- sc hedu l ed o ption . Th e purch ase r hus t he o pp o rtunity t o request the vendo r's di sco u nt pri ci ng for an y n on - sc hedu led o p tions d u ri ng t he q u o t e pro cess. At no time sh o u ld the no n-sched u le d option excee d MSRP o r Published lis t Pr ice. Non-sched ul e d o ptio ns should b e li sted as a sepa rate l ine ite m and noted o n the purchase orde r to in clud e t h e price. A ll n on-scheduled opt ion s are covered un der these ter ms and conditions . 3 .1 8 FORCE M A JEURE A vendor sh all not be penalized for a d elCl Y resul t i ng from the vendor's fa ilu re to comp ly wi th de livery requi rements if n e ither the fa u lt nor the negligence of the ve ndor or its em pl oyees co ntributed to the delay and the delay is d u e di rectl y to acts of God , wars, act s o f publ i c enemi e s, strikes, fir es, fl o ods, or other sim il ar cause w h olly b eyond the ven dor 's control, or f o r any of th e fo r ego ing that t hird p arty supplier s i f no alte rn a t e sou r ce of su pply is avai lable to th e vendor. 3.1 9 DELI V ERY TIM E Ve nd o rs shall sp ecify the estimated delivery time in cale ndar day s for each item. I he p u r ch aser shou ld co nsult the vendor r egarding vehi cl e production schedules. Delive"Y shall be Within the n o r ma l working hours of the u se r, Mo n duY through '·n d LlY , exclud ing hol ld Ll YS. 50 3.20 ORDER The v e n d o r sha ll su bmit a copy of th e pu r cha se o r d er to t h e FSA Coo p erati ve Pu r ch a si ng Progra m Coo rd inator with i n 14 days o f r ece ipt from the pu r cha ser. Pu rch as er s sha ll i ssue a p u rcha se o r de r t o the ve n do r , wh i ch sha ll incl ude t he co n t r act num b e r, sp ec if i cation nu m be r , p u r ch ase r's federal i de nt ificati o n numbe r, n ame o f poi nt o f contact and agency, p hon e n u m b er an d e m ail ad d ress . Req u ired d eli v e ry o r due d ates sh ou l d be d iscuss ed w i th the d eale r at t he t i me of th e quo te . It IS i m p ort ant to no t e t ha t ve ndo rs do not h av e A NY contro l over pr o d uct io n d e lays in sched ule s fro m t he m a n u fa ctu re r . Wh i l e it i s r eco m me n ded that an age ncy p urcha se from th e "zo n e" whic h i s closes t to thei r l ocat io n, it i s not m a nd at o ry t o d o so . If th e purcha se r de t erm in es t hat a Vendor in an o th e r zo n e can better se rve th e p u r chase r's n ee ds, the p u r chase r m ay buy f ro m a ve nd o r in a n oth e r zone , Ve h i cle s p u rcha sed f r o m v en d o r s awa r de d in the Po l ice, Admin i st rat i ve , Uti lity Vehi cle s, Tr u ck s & Van s co nt ract , o ut side an awarded zone ma y , up on m utua l ag re e ment b etwe en t h e v en d o r and t he pu rch aser, ch ar ge an Out-of·Zone f ee. Th e p u r ch aser is r equ i re d to f orward an execu ted copy o f t h e pu r ch ase o r d e r to t he Fl o r ida She r iffs Ass ociati o n Co operative Purc ha si ng Prog ra m Co ordi nator at t h e sa me t i me t h e pu r cha se order is sent t o t h e ve n d o r . Em a il s or ha r d cop i es a re ac cept a ble . Ema i l s ca n be se n t to coop(o)flsheriffs,org . I f a vendo r rece iv es a p u rch ase o r der fo r a specifi cation f o r w h i ch th ey wer e n o t a w a r d ed , the vendor mu st no t i f y the p u rcha ser and return the pu rc hase o rder t o th e purcha ser wi th in th ree (3) b usi ne ss d ay s. A ll vehi cl es o r d e r ed p r i or to m anu factu re r's clo se of p rod ucti on a n d i n ac co rd anc e w i th th e con trac t shal l b e supp lied i n the man ufactu r er 's next m od e l run of th oH clas s v e h icl e ev e n if It re q u i re s supp ly i ng a la t er mode l at the orig i na l b i d pri ces. Ve nd o r sh a ll p l ace t he o rd er wit h t he m a nu b ctu rcr w i th i n 10 bU Sine ss d ays of re ce ip t of the p urch ase o rde r . The vendor shall ass ure th at all ord ers are p la ced in fu ll co mplia nce wi th t h e speci f icat i on s of t he Cont r act and the p urch ase order . It is t he ve ndor's r espon sib ili t y to e nsu re t htlt the ve h icl e o rd e r ed by th e p u r cha ser is f u ll y com pati bl e w it h a ll o rde red o p t i on s and that the ve hicl e co mpl ies with all app l icab le mCl n ufactu r er LInd i ndu st ry stan d ar d s. The vendor's accepwn ce o f Cl p u r ch <Js er's o r d e r will in di cCl t e that th e ve n d o r Clgre es to delive r a veh icl e t hat will b e f u ll y co m pat ib le w i th Clil of it s o ptio ns. Any change s t hat are requir ed to bring Cl ve h ic l e in to co m pl i ance w i th t he v ariou s o p t ion s du e to an inco r rect o r de r w ill b e acco m p li sh ed at t he vendo r 's exp e nse. A Co nfi r mCl t i o n of Or d e r fo r m sha ll be complet e d by the vendo r a nd r eturne d to th e p u r chiJ se r 14 ca le n da r diJY s from rece i p t o f pu r ch as e o rd e r witho u t no tifi cation by the purchaser . Th e Co nfi r m ati o n of Or d e r f orm i s in clud ed in A p pen d ix C. An y ad d i tio nal i nformation n eed ed to comp let e this fo rm sh o u ld b e o b ta i n ed from t h e p u r ch ase r. Th e f o r m may b e mo d ifi ed to il ccomm o dat e ea ch purcha se r as n ecessa ry. 5 1 3.21 VEHICLE DE LI VERY At a mi n i m um, p re-de l ivery se rv ice sha l l include the f o ll owi ng: • Standard De a ler and Manufacturer protocol for n ew vehicle del ive ry; • Cl ea n ing of vehi cl e, if necesstl ry, an d rem oval of iJll unnecessary tags , st ic ke rs , or pape r s (w indow p r ice st i cker or suppli e d li ne sheet shall rema in ); • Speedometer m u st be correc t regar d less of the t ires p r ov i ded by the v eh icle manufacturer or axle r ,Hic furn i shed; • Owner 's m anu al and warra n ty ma n ual to accompany eac h vehi cle; a nd • MSRP li st sheet (window stic ker ) MU ST be in the vehicle when it i s delivered to the purch ase r. Vehicle s that arc missing th is form, o r have for m s thelt have be e n a lter ed w il l no t be ac cepted. The vendo r shall b e r es pon sible f or delivering vehicles that are proper ly serviced, clean and in f i rst cla ss ope ra ti ng condition. Vendor sha ll comp l ete del i ve ry of t h e vehi cl e to the pu r chu se r w ithin fou rt ee n {14) calendar dilYs of receipt of th e vehicl e from the ma n ufa ctu r er or equi p me nt supplie r . Th is d ea d line sha l l no t apply to ve h ic les originating as an incomp l et e chassis . Re ce ip t of il veh i cl e by t he vendo r is defined as acceptance of th e vehic le from a common ca rr ie r at th e vendor's p l ace of bu siness or any thi rd party's pluce of bu si ne ss. De l iveri es of l ess than 350 mile s m()y be acc om p l ished by driving the vehicle. Any de livery accomp lished by d r ivi ng the vehicl e m us t be su pervised <md t he driver must comply w i th manufactu re r's b r ea k -i n requireme nts and a ll app l icab l e t r<l ffic la w s. Any del ivery <lcco mp l ishe d by d rivi ng a po lice ra ted veh icle must use an "OUT OF SERVICE" cove r on light b ar s. All de liverie s in exce ss of 350 m i l es sha ll b e m il de by t r ansport, or o t herwise approved by the p u rcha si ng agen cy. However, thi s requirem en t sh a ll not apply to incompl ete chass i s. Th e p urc ha se r h as the option to r eje ct a vehicle with m ore than 350 odometer m iles, or may deduct 50.5 1 cent s pe r m i le i n excess of 350 m il es f r om th e invo i ce, un less d i stance above 350 mi les was p rev iously a p proved by the purc haser. Thi s r eq ui rement a lso applies to redeli very of veh ic les that w er e re je ct ed upon in i t ial d e live ry . Al l wa rranties sh.:i!1 beg in at the time of d elivery to th e purchaser. The purchaser's warran ty shoul d no t b e active f o r inco mp lete veh ic les o r veh ic les d elivered to a n up f itter be fore fi nal de live ry. Vendor shall no t i fy the purchaser no less tha n twenty four (24 ) hours prior to de l ive ry o f the t i me and lo cat i on , which shall re fl ect th e mu tu all y ag reed upon d elivery d e ta i l s. T ransp ort de l iveri es m ust be unl o ad ed and inspected by purch ase r . Del iv e r ies no t complying w ith t hes e re qu ireme n ts may be rejec t ed an d wi ll have t o be re del iv ered a t ven dor's ex pense. All veh i cl es must con t a in no less t han 1 /4 t a n k of fu e l as indi ca ted by the f uel gauge at the ti me of de livery . Fo r veh icl es a nd eq u ipment t hat ha ve more than thir t y f ive (35 ) gallons of capacity, a minimum o f ten (JO) gallons of fue l mu st be provided . 52 3.22 I NSPE CTI ON AND ACCEPTANCE It is the res p onsib ility of the purchaser to in sp ect a vehicle for any damages. Each purchaser shall muke a good f<l i th effort to in sp ect the vehicles or equ ip ment b efo r e o r at the time of delivery for acce pt tl n ce. One (1) day is the suggested p er iod for i nsp ection. Howeve r , if reasona bl e accomodations for in spection cannot be made upon de li very, the pu rchaser may have up to three (3) d ays to inspect the vehic l e or eq uipm ent for acceptance . In spection and acce pt ance will be Jt the purchaser 's destination unless otherwi se prev iously ag reed upon location was provided i n the purch ase orde r. It is the purcha ser's responsib il ity to tho r oughly inspect ECleh ve h icle prior to accepl£lnC€. Copi es of the bid sp ecificat ions and purcha se orde r will be del ive red with the vehicle. Pu r chasers are t o in sp ect the vehicle a nd co mpar e bi d specifications, purchClse o r de r and manufacture r's window st ick e r or manufacturer's invoice to ensure ve hicl e meets or exceeds th e requirements of the t ec h nical bi d spe cifi c<1tions and th e sub mitted pu rchase o r de r. Pu r chasers sho u ld inspect the vehicle fo r phys i cal damage. Delivery of a vehicle t o a plJ rch aser do es not constitute acceptance for the purpose o f paymen t. Final accepta nc e and authorization of payment shall be given on l y after a tho rou gh inspection indicates that the vehicle meet s contr act specifications and the r equirements li sted be low. Should the del ive r ed vehicle differ in any respect f r om specifications, paym en t can b e withhe ld unt i l such time as the vendor completes the necessary co rr ective action. Un i t s sha ll b e delivered wit h each o f th e fol l owin g documents completed o r includ ed : 1. Copy of Custome r 's Purchase Order 2. Copy of th e app licable Vehicle Sp ecifica tion 3 . Copy of Manufactu r er's Invoice or W i ndow Sticker; Price s may b e deleted from the manufactu rer 's invo ic e 4. Copy o f Pr e-Delivery Service Report 5. Warranty Certification 6. Own e r's manual 7. If th e vendo r do es not provide th e tag and titl e, then th e DHSMV 82040 (Application for Certificate of Title and/or Vehicle Registration) which requires a signature of autho r ized representative. Deliveries tha t do n ot include the ilbove forms and p u blica tions will be considered in com p l ete and can b e re fuse d . 3 .23 VE HI CLE TAGS AND T I T L E Costs of tag and title sh<.ll l not exceed the statutory (<:lte s. FSA administrative fee does not app ly to tag and tit le wo rk . 53 Tit le i tems sha ll b e the res p onsibility of the vendo r . If th e purchaser is a government agency, th e pu rchaser has t he right to choose to r eg ister and ti t le the vehicle. Reasonable admin ist rative cost s for obtaining temporary tags, tag transfers, and new tags ar e pe r mitted a nd ca n be n egoti ated b et w ee n t h e pur chase r a nd t he ve nd o r . A ll addit io nal costs ass o ciate d w ith obtaini ng, f iling and shipping o f tags shall be disclosed clearly In the comments section below the a pp licab le option. Ad m inist rative costs can in cl ude convenie nce fees , cos t re i m bu rsements fo r filing , o bta i nin g o r de livery o f tags, o r a ny costs ove r the ori ginal pu rch ase price. 3 .24 I NVOI CI NG A N D PAYME NT S Invoi cing and pa yment s sh all be the resp on si bili ty of t he ven dor ilnd pur chase r pl aci ng o rde r s u sin g thi s cont r act. Ve n dor s m ust invo ice each pu r ch aser inde p endently. A pu rchase r has th ree (3) w orking days to inspec t and accept th e vehicles or equ ipment. The vendo r shall b e paid upon su b mission of invoices t o t he Purchaser aft er satisfacory delivery and accep t ance o f t he ve h icl es and/o r eq ui pment. The Lo cal Go ve rnm e n t Prom pt Payment Act w ill ap ply to ensur e timely p ayme n t of Vendo r invoices. The Loca l Gove rn ment Prompt Payment Act is defined in Sections 218.70-2 18.79 of Florida Statutes . 3 .25 WARRA NT Y REP A I RS AN D SF.R V I CF. All war ra n t ie s sha ll b egin at time o f de livery and fin al acceptance by t h e pu r chase r . Fail ure by il ny m;:lnufactu r er 's autho r ized r epresentCltive t o render proper warranty service or adjus t ments, i ncludi n g p ro vi d in g a cop y o f th e wa rran ty w o rk o rd e r to the pur ch aser , m ay su bject t he ve ndor to su spen sio n fro m th e ap p roved vendor li sting until satisfactory evide nce or correction is presented to the Admi n istrato r . 3 .26 I NA DEQU ATE SER V I CE W he n ve h ci le s and equ ip me nt require se rvice o r adj ust m ents upon de l ive ry, the vendor sh a ll e ith er r emedy th e d efect, o r be res p o n si bl e fo r reimburs ing the m;:lnufacturcr's loca l authorized dealer or other serv ice pro vi d er t o r e me dy t he d e f ect. Suc h se rv ice o r ad j ust m e n ts Shil ll be in itiat e d by the v en d o r w it hi n 48 ho urs aft er n otifi cat ion by a p u r ch aser, not t o incl u de weekend s and hol i days. Del ivery will no t be consid ered co mple te un t i l a ll se rvi ces o r adj us t me nt s ar e sa ti sfactory an d th e ve hi c le or e qui pmen t i s redel ivere d . The provisio ns o f t he d eli ve ry sec ti on sh ,:l!! remain in effect until t he rede li ve ry is accompl i shed. The cost o f any t r anspo rt iltlo n re q uired sha ll b e the res p onsi bi li t y of the ve n do r unti l the ve hicl es o r equ ip me nt ar e satis f ac t ory and accep t ed by the purch;:lser. 3.2 7 REPO RTI NG : PUR CHASE OR DERS & QUA RTE RLY REPORT S Pu r chase Or ders Th e Ve n do r m ust su b mi t co p ies of purchilse oreers upon receip t to the FSA. Purcha~e o r der~ ,He consi dered late if not su bm itte d fifteen (IS) days after the dilte of the pu rchase order . 54 Vendors should scan a comp lete copy o f the p u rcha se ord er and att uch it u S a .pdf. Pl ace the d ocument titl e in the su bject line of the e -ma i l and s endpur c h as e o rdercop i e s to COOPI2JJs.b~r t.fi;..Q[g . The files sh o uld be named using the followi ng exumple s: Examples: County = FlOrida County, County o f PO 1 234 5 City = Flo r ida City , Ci t y of PO 123 4 5 Sh e riff = She riff Office of PO 12345 Education = In st itut ion Name P012345 Quarte r ly Reports ABC County BCC PO 12345.pdf ABC City PO 12345.pdf ABC Sheriff PO 12345.pdf ABC County College PO 12345.pdf Quarte r ly reports are the con t r ac tual re spon sibi lity of each vendor . QUu rte rly Reports which do not ad h ere to the required fo rmat or ar e not complete of all pu r chase orders w i l l be returned to the re port ing ve n dor f o r correct ion of deficiencies. All quarterly reports LIre to be sent to B[P"q.R=-~(~)fI~hel]",';s Qrg . Qu a rterly Re ports mu st be compl ete w i th the n()me o f th e dea ler an d the d ate . Fo r example, "S pa mot Motors, October 30, 20 17" would be in th e docu ment heade r. Do not i nd ictlt e the qua rter on the t o p of the r ep ort. Purchtlse o r ders arc not nec ess ary for the qUJrtcrly report. An cxtlmplc o f a Quar t erly Report is in Appendix D. Quarterly Repo rts are du e no later than the 15 :~ day of the month following the end of the quarter. Quarterly reports sh o ul d foll o w this sch ed ul e: Quarter 1: October 1 -December 31 Ql Re p ort Due: January 15 Quarter 2 : Janu ary 1-M arch 31 02 Rep ort Due: April 15 Quarter 3: April} -June 30 Q3 Re port Due: July 15 Quarter 4: Ju ly 1 - September 30 Q4 Report Due: OctoberlS If a vendor has no sales within a qu art er, the vendor is required to submit a quarterly report and must ind icate "NO SA LE S THIS QUAR TER" on the report. FS/\ rese rv es the r ight to modify the proced u re for su bm i tt ing Quarterly Repo rts during the term of the co ntrac t (i nclu din g, by way of example, requi rin g electroni c reporting ). Such a ch ange sh all no t mate ri all y mod i fy the su b stance of the inform ation to be reported, but may ch ange the method by whi ch future Qu arte rl y Reports are to be submi tted. In the event o f su ch a chan ge, FSA will provid e w ri tten notice to al l vendors of t h e method by whi ch ru tu r e Qu tl rterly Reports a re to be submi tted . 3 .28 AD MI N I STRA T I VE FEE The Flori d a Sheri f f s As soci ati o n char ges th r ee q ua r t ers o f one pe r ce n t (.0 07 5 ) t o pr oc ure , proc ess a n d admini ster th e Co ntract. 55 Afte r r ece ip t of p ay ment f ro m co nt ract pur chases, rhe ve n do r shall rem it all ad ministrat iv e f ees to the FS A no lat e r th a n 15 da ys (l f te r th e en d o f e(lc h quarter. All f ees payable to t h e FSA du r i ng (l ny give n q U(l rte r will be acc om pan ied and su pported by a Quarterly Repo r t . Dea ler s a re to in clu d e the admi nist r at i ve f ee o f t hree qu ar t ers of one perc en t (.0 0 75) in all ba se bid p ri ce s. Th e f ee sh ou ld be inc o r p orated in to the pr ice at t he ti m e of bid su bmiss i on This fee shou l d al so be incl ud ed on al l add o ptions. The adminis t rative fee wil l r emilin payable to FSA and no relief from pay m en t o f t he admi nist rative fee, no r a ny Cldd i tion al ch arg e to recou p the adm i n is trative fee, will b e p ermitted if a de ale r fa il s t o in cor por ate t h e ad mi ni st r ative fee i n it s b id p ric i ng . It sh ould neve r b e li ste d as a se p arate line item o n any p u r chase orde r . The ad m in istrat iv e fee is ba sed o n t h e t ota l purch ase order a mo un t of n ew v e hic le s or eq ui p me n t. This fe e ex clu des any val u e give n t o p ur chasers fo r t ra de-ins. Trade -ins, extende d war r an ties an d o th er excha n ges w il l n ot r ed uce o r imp act th e fe e calcul ati on. Th e admi ni strative fe e s is t he contractua l r esponsib ilit y o f e(lc h award ed Ve nd or. By sub m issi on of t he Qu art e rly Repo r ts an d ad mistra t lve fee, th e ven d or is certi fy in g t he acc uracy o f t h e report s and d eposi t s. A ll repo rt s and f ee su bm i ssio n s sh all be subjec t t o aud i t by the FS A or th eir d es ign ee. All part icIp at ing ven d o r s will be responSib le fo r making sure that the Admmist r ato r has t he contact ema il add r ess for t h e p e rso n r e sp onsi bl e f or al l Qu arte rly Reports. The re w ill be no re mi n ders f or t he Qu art erly Re po r t s or t he admin is tra t ive f ee. Che ck s fo r t he admi nis trat ive fec can be scnt to: 3.2 9 LIQUIDAT ED DAMA GE S Flo r i d a Sh eriffs Associatio n Coo pe r ative Pu r chasi ng Pr og r am 2617 M aha n Dnve Tall ahass e e, FL 3230 8 Th e bidder wa r ran ts t h at t h e prod uc t sup pl ie d to t he FSA or purc h ase r sh all con f o r m in al l res pects t o the sta nda rd s set f ort h a nd the fai lu re to com pl y wi th th is condition will be consi d er ed as () b reach of cont ra ct. Any li qu ida t ed da mag es l ev i e d b eca use o f ina d eq u acies Dr fa il u re s to com ply w i t h these re qu irem e n ts shall be b o rn e so lely by th e bi d d er res po nsib l e for same. Fai lu r e to su bm it the ad minist r ative fee w i t h accompanying quarterly r ep orts wi t hin 15 ca l enda r da ys follo w in g t he end o f e ac h q u arte r w i ll res ul t i n th e imp osi ti o n of li qu id a ted d am ages. V e n d o r ~ f ailing t o sub mit admi ni st r ative f ees an d Qua rt erly Repo r ts will incu r liquidated damages in t he am o u nt of $25 fo r each day t hat f ees an d re p o r ts are past due, beginning on the 16 :~ day fo l lo w ing the end o f the qua r te r . If a civi l ac ti o n is in i t ia t e d by th e FSA to r ecove r ad mi nis t ra t ive fees o r liq u id at ed d amages as se t fo r th in t h is sec ti on an d Sec t ion 3 .28, t h e prevaili ng party shall be entitled to i t s reasonab le attorney s' fees and cos t s in cu rred in th e liti gatioll . Venue sha ll lie in the Circuir Cou r t for the Seco nd Judici al Cir cuit in and fo r Le o n Cou n t y , FloridCl. 5 6 When quarterly reports are late, liquidated damages are to be i ncluded in vendor's Quarte rly Report and administrative fee sub mission. Liqu ida t ed damages t hat remuin un paid beyond 45 days can r esult In d isquali fi ca t i o n for f uture so ll ci t;n i o ns. Sch e d u le of liquid ated Da m ages Fuilu r e to submit qua rte rl y report on time $25.00 per day Fai lure to repo rt a Purchase Order to FSA within the $100.00 per Purchase Order 15 cale n da r days of t h e purchase ord er date Fai lure to Report Sa les .0075 of the sales pri ce plu s 1.5 % eac h month following the del ive ry date. Vendo r agrees and acknowledges that It s failure to take any of the actions spec i fied i n the a bove sc h edu l e will damage th e FSA, but by thei r nature such dumaes Dre difficu lt t o ascertain. Accord i ng ly, the abo ve sp ecified sc he du le of liquid ate d damages shall u pp ly to this cont ra ct. Vendor agrees and ackn owledge s that these l iquid ated damages ar e not i nte nded to be and do no t co n sti tut e a pe na lty, bu t are insteCld i ntended sole ly .to com pensme t h e FSA fo r damages, Clnd thClt th ese amo u n t s a r e reasonably calcu lated to com pensate the FSA fo r the damages that it will incu r as a result of the vendor's failu r e to take th e specified actio ns. 57 Appendix A ~ Florida Sh er iffs Ass oci ation Cooperative Purchasi ng Program ~:JJ Ve ndor Change Doc ument Please CClmple:e this farm la 'IflIJdm/! IJ 'l'GUl'sl ed dwngt' to Comprmy Addfl!UI!S. COn/octs or (Of/toC I In/ormatIOn below. In!lvd~ ali $eaions whirl' InJ,mno l.ot! has changed, old Dnd ne w F5A Contract Numbe rl sl affe ct e d by change: I Compa ny I nformation Chang es: I Old In/ormation New Information I Old Compa ny Name : New Campa:'!y Nam e: Old Comp~ny :.ddrew New Compa ny Ad drew Old Comp ~nv City' New COl "ll<InyC 'I ~' I Old Com pJny 51 ,J le: N e w Comp.lny St al e: Old Company l ip; New Campa..,y Zip: Company Contact Ch a nges: Old Conract Inlormar/on New Contact In/ormation Old Contact fl ame (Fi rs t. lastl -New Conl ac:. r~ame {F Irst , l ast}: Old C on t ~d E-Mail : I New (oM Jet E'Mail : Old Cool aCl Offic e Phone' New COrllac! Office Phone' Old Conlut M obile Pholle, I New Corltact MO:>l le Phoroe : Old COf\1~CI Fax Phone: New Contact rn f'ho~· Th is inFormation h r cq t.J (!!>t ed by an fulthorized r e llr ~~t.'l l t a t i VL' of This request will t ak e effect as soon ,,~il is rece i .... ed b y ;SA bye-mailing t o cpp@fls/1priffs.ors. I Name of Autho r iz ed Co m pany Repr esen tati .... e l ab Ti l le Da t e o f Reque st I Au t horized Comparw Representa t l .... e Signature: I FSA Office Use: Da l e Recei .... ed: Change Effecti .... e : FSAAgent: I I 58 W[Sflll' BAY CAUIOL'" nL'U F C'-C..HIBJ \ I RANKIIS CADSOC\ Gl'U= IIlll J.lr~ 'A (K.'tO~ IFITI1'f.1S LAfA\Trlr U 'ON IJRr RrY \lADi'O\ OKAJlX~A SA!\"TA RO~A T AYl OR WAITOS WAb:lilJ .4 \\'ASI IINGT l )~ co." RAl BRE \'A RD I :1I1U1!<i OlSOTll IIARDFF J IHl"A.../I,;!)U .1 1r.IJr.A~I~ I IIUS80ROUCoII INDIAN RI \TJ;. tAU MA:-';I\IU OHEO IOBtr ORA:-OGL o~a(lu. PASLtl PINFlJ.A~ POLK I,fOnt S."RA.\OTA \[.\1IM1I I ~l:.\n[R Appendix B FSA CONTRACT ZONE MAP WEST ER;-; NORTH(R...' AI.AOILA ii.U:[R np ·\IlH "m o_"r (:OI.L'!'ItnJ.\ unAI FlAt;i. rR l,ii.l..JhtbT II.\MII I ON LfYY ]lL"-ili< ,'\ NA"Al PlJ11I; A..\l ST. lOll.·~ !-t"WA\TJ UNlO:\ '·OI.L"IA SOlTUl-...R.' RRow-\RD CllAR!.l)rn UlU.ltll: G:.ADr" HfJttnR\ 1.£1 YJ..\Rn~ .\!L'\'\1I-(UDI. .\10SROL PAL"t RLACII SOl'TII lOR!' 59 :-';ORTIIERZ" - Ap pe n d i x C flORIDA CONFIRMATION OF ORDER FORM 1101'''''»:'1<10'", Police Rated, Admini strative, Utility Vehicles Trucks and Vans Bid" FSAXX-XXXX Ven dors are to complete and retum t his conlinnalion of order form by email, faK or m ai l to the iJgency loca tion li s ted belowwnhin fourteen 114) Ullendardays aft~receip t of purcha se order. Vendor: Vendor : Address: Sta le _______ z,p , ____ .....,-_ Phon e Numuer: Fax: Speoflcation No. _____ Tv pe Vehicl e/lqu rpm e nt' _________________ ~-- Purdlilse Order Numb er : Pu rc ha se Or der Rfi e rv ed OtderWas Placed With the Ma nufactu rer 011 : ______________________ ;-_ Unde r Production Number' -----------------------------~- Estima ted Dille o f Delivery. ______ _ Comments: AGENCY~· _____________________________ ~-- Co ntact Pers on : Address ; Crl '{: rhont.' NUrrl \.J ~r St il l e _______ bp· E mar l' ___________________ F .1~: 6 0 1 -+ 3 , 5 6 7 6 9 10 " " 13 " 15 16 17 16 I. 20 2 1 22 23 2'1 25 2. 27 ,. 2. 30 31 32 33 A B October 1 • Dec ember 31 \ 1s t Quarter tbme of PurchOl sina Aa!:nc PO. P;tge To ta l Appendix 0 [INSERT DEALERSHIP NAME HER E} QUARTERLY REPORT tor B!D #FSt,,18_V'EHI6 0 El1ectNe D.110S Oel " 2018 thl'\) Scptcmb('r 30 2019 • , " eltvy qu'pmen cab and ChU$I T ucla. d H E I C C E F lotv. Soec . # Vehicle Tvoe PO O~te G To tal PO Amount S Fees and reportS are due no later Ih.lIn lI\(' • Sth 01 the month rollowlng tile quarter end 6 1 H I Zero Acti\! 0", D ate Fee Admin . Fee P.:lld S S S S S S S S S S S S S S S S S S S S S S S S S S S S S S Appendix E Bid Cal end ar FSAlS -VEl 26.0 Police Ra t ed, Ad m in ist rative, Ut il ity Veh icl es, Truc ks & Van s FSA1 8-VEH1 6.0 Cab & Ch assis Tr uc ks & Heavy Equip me nt Contra ct Pe rio d : October I , 2018 -Se p temb e r 30, 2019 CA LE ND AR IT EM Bid AllnOl Jn c em e n t Ma ndatory Pr e-Bi d Meeting fo r Con t rac t FSA18·VE l26.0 M a ndatory PI c -Bi d M ee t ing for Cont r act FSA18-VE H16.0 Re qu e st f or Cl ar ifica tio n s Du e Electr o nic Bi d (VeBA) Ma ncl atory Qua lifying Doc u m ents Su b m issi on Op t ion Up load Due -Con tr act FSA 18 -VEl26.0 Only USB Bi d Su b mission 5:00 PM EST -Contract FSA18 -VEl26.0 Onl y USB Bi d Su b miss i o n 12:00 PM ES T -Co n tr act FSA18-VEH16.0 On ly -Exte n ded Pub lic Bid Openi n g Fl eet A d v i so r y Com m i tt ee Bid Rev i ew In te nt to Awa rd Pos t e d Bid Aw'H dcd Pr e-Bid Meet in g loca tion : Falke nb erg Road Jail Asse mb l y Roo m 520 No rth Faulkenberg Road Tam pa . Fl 33613 62 FLORIDA ; .. " ........ ~JS~J STAR T DATE EN D DATE 5/7/18 5/7/18 7/10/18 7/10/18 7/11/18 7/11/18 7/19/18 7/24/18 8/20/18 8/3/18 8/6/18 8/24/18 8/29/18 8/27/18 8/28/18 8/31/18 9/10/18 10/1/18 ATTACIIYlE:\T H CO :\TRACT FOR CAB & C II ASS IS TRLCKS & ITEAVY -D GT Y EQUIPYIE:\T 1. CO:\TRACT PRJCE, SPECIFlCATlOl\ #57 2 . CITY OF SOUTH :VllAYU QUOTATlOl\ A:\D S P ECIFJCATIOl\S 63 ~ F~ FLORID/I. >I ... J(\'I, COt;NTIES :\11 Aboul Honda FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATJON OF COUI\TI ES REGE~ERATIVE AI R STREET SWEEPER SPECIFICA HOI\ #57 2019 Elgin C rosswind (J Plus) The Elgin Crosswind (J Plus) purchase d thro u gh th is co ntract comes with all the sta ndard equipment as spec ified by the manufacturer for this model and FSA's base veh icle specifica ti on(s) rcq lll fcmenls wh ich are in cluded and made a part of Ihis co ntra ct's vehic le base price as awarded by specification by zone. ZOKE \Ves tern :\orlhcl11 Centra l Sou thern BASE PRJ CE : S242,095.00 S242,095.00 S242.095.00 S242,095 .00 Whi le Ihe Florida Sheriffs Associat io n and Florida Association ofCouJ1Ii es have 3ltempled to id en tify and includ e those equipment items mos t often requ este d by partici pating agencies for full size vehicles. we realize equipment needs an d preferences arc going 10 vary [rom agency to agency. In an effo rt LO incorporate n ex ibility into our program, we have created specific add/dele te o ption s wh ich allow the p urchaser 10 tailor the vehi cle 10 the ir parl icu lar wants or needs . The following equi pm ent d ele te and ad d opt io ns a nd their re lated cos t are p rovided here to assist you in ap proxima ting the towl cost of the ty p e vehic le(s) you w ish to orde r through th is program. Simply ded uct the cost o f any of th e fo ll o wing eq uipment items you wish deleted fro m the ba se u n it cost and l or add the cost of any eq uipm ent items YOll wish ad ded to the base unit cost to de tenni ne the approximate cost of the type vehicle(s ) you wish 10 order. :"OTE: An offic ia l lis ting of all add/delete op tion s and their pric es s hould be ob taine d from the appropriate deal er in your zone when preparing your order. Ad di tio nal add/delete options o lh er than thos e listed here may be available ihrough the dealers , howev e r, those li sted h ere must be ho no red by the dea lers in your zone at the sta ted price s. 64 V EI-II C LE, D EALER, ZO"E, BASE PRI CL Ord er Co de 11 19 154 1124555 ! J I I JIM 2 ' REGENX I O rd e r Co d e 112 12 67 . 22 01915 ' 1124 757 11 2 1110 ' 1119215 11 20887 . 11 20887 11 20R24 . Cros5wind (J Plus) Env iro nm enta l Prod ucts of Environmelltal Produc ts of Flo rida Flon da Western '\onhcm 52 42,0 95.0 0 5242.095 .00 Delet e Op ti o ns D e lete dua l ope ra to r co ntrol s Conventio na l Cha ss is in lieu o f Cabover Cha ss is M] J Si ngl e Left Hand Stee rin g in li eu of Dual Stee rin g RH Steer Pelerhilr Ollfv 1 Single Gutter Broom in lieu of Du n1 Gult er Brooms Amber Strobe L igh l (Cab Mounted \V iU , Limb Gua rd ) D owngrade -spe c ify SlIlgle Engl lle Cl'Oss\\'md 1 D owng rade -specify Single En g ine Crosswind 0 1/ M2 1 D owngrade -s pecify Regen X Sweeper '~:Hh 6 0 "dump I Downgrade -sp ecify Dov,m gr ad c -s peci fy Downg rade -specify Alternalive cabo vcr c hassis -s pe c i fy A lt e rn ative cabover chassis -specify J\ ltcrna livc cabo vcr chaSSIS -spc c i fy Ad d Opt io ns U pgrade op ti o n -sp e c i fy MJI Pel r!r bilr I Upgrad e op ti on -s pe cify FSX Airport SW(!(.'!J('I" I Upg rad e op ti o n -s p ee i fy A I/toear Exper l (hlal Sleer 1 Upgrad e op li on -s pee ify CNG M 2J-I Upgrade op ti o n - sp ec ify Va (:uum EII/wll rer 1 Cpgradc option -spec i fy 2 -spee d rear ax le M2 1 \\larnin g be aco ns Rear LED I Amber st robe light (additiona l) Rea r noo d lig ht s LED I 65 En vir o nme ntal Products of Fl orida Central S242,095.00 Enviro nInental Pr oduc ls of Flo rida Sou thern 5242,095.00 A ll Zones 1'A S I9 ,8 58 .00 1 S I 2,000.001 S I 9,858.0 0 1 S I 6.000 .00 t 1'A \:A NA NA NA :\1\ A ll Zones 542 ,359.00 1 54,3 9500 1 $2,500.0 0 1 558,600.00 1 55 00.0 0 1 5954 .00 ' S954 0 0' 588R.OO t VE HI C LE: DEALE Il : ZO.'\E: Il ASE PRI CE: 111 92 17 . 10 67562 . 1101 560 . 1092227 . 11 224 721 111 9 160 ! 1 122043 ! 1070059 I 112 1515 . 1102 759 1 1112946 . 2207765 1 Vibrator I 107 1234 I 10 85887 ! 1059209 ! 1120 80 9 . 11 111 76 . Crosswmd (J Plus) Env lrOlllnenta] Pro ducts of Florida W estern 5242.095.00 Li g ht guards \V a nd c r j l~g hose I ~\ldrll!llif.; . Cas ler whee ls for pick up head 3rd Wh ef!! I Aut o matic lubri cati on syste m Chassis and BDd;; 1 H op per li ni ng Stain less steel hopp er EJ\\'1 fOnmCOIai Prod ucts of Flonda \'ort hcrn 5212.09500 Hi gh dump hopper ass embly moun ted on con vent iona l c hassis Bro o m in pi ckup head Ce'11ernroom 1 Hi g h pr ess ure wa shdown Abrasio n prot ec ti o n pa c kage A ir purge EnV lf onme lll al Products of Florida Ce ntral 5242,095.00 bnvironmenl al Products of Flo rida So ut he rn 5242,095.00 Incl. 54,873.00 ' S878.00 1 S7 .534 .00 ' $8,095.00 1 S I6 .634.00 1 ]\A S4.9 13.00 1 $4,075 .00 1 ~t\ Aux iliary fuse pane l; J2V DC fu !"cd powe r sour re paTH'1 for an diti onal elert ri ca l co mp one nt s Aux ili ary han d hose -eig ht inc h diame ter, 10 fo ot lo ng hose with 52 inc h nozz le S393.00 1 :\ 1\ ]\A :\A Aux ilia ry hand hos e with hydr auli c boo m ass ist (in c ludes auxi liary hydrau lic sys tem) Auxi liary hydrau lic sy stem Du stle ss filtrat ion SYS I(;111 Arr ow stick LED I Reve rse pic k-up hea d chains Magnel ass embly: 84" magne" c le c lTomechan ica ll y "c li va led (2 -1 0 inch adjus llu en,) Linea r ac tu ator -pr essu re blee dcr Latera l air now nozz le Il opper sc reen vibrator -pn e um ati c I-I opper scree n sta inl ess (exc hange) Il opp er sc ree n-chip sea l/millin g hopp er sc ree n Hop p er loa d indi ca to rs I lol)p cr drain sys lcm 6" Ho pp er de lu ge sys lem Ili gh cap ac ity du st se para lO r I-li /low pr ess ure wa shdown sys tem Low PresS /lre lI'(IshdoWII I Gu tte r broom lilt adju ste r Pe".~ld(' : GU ll er broom -drop dow n (req uir es glln er bro om tilt adj uster) each 66 $U68.00 1 :\A $2 ,272.00 ' SId S I 0,67 5.00 1 :\A $7,322.0 0 1 S2 ,O l5 .00 1 $1.585 .00 1 :\A Sid S833.00 1 $1 ,045.00 1 St d $1,21 7.00' S 1.045.00 1 Sid VHIJ C LE: DEALE R : ZO ."E: IJA S E PRI CE: 10 8 193 7 . 1119059 1 11 20892 . 1 12 182 4 1 111 3732 I 1120822 . 1110823 . 1113730 . 11 27 045 10 7063 9 . 1111698 1 0 702485 . 10 72485 1 10 8293 1 I 10 660 13 1120104 1 11 27228 . TEMP ' TRA):S· NTAG I Crosswind (J Plus) Envi ron men ta l Pr oduc ts of Flo rid a Wes tern 5242,095 .0 0 EnVlronmcntd Prod ucts of Flon da \'onhc m 5242.095.00 EnVironme nt al Prod ucts of Florid a Central 5242,095.0 0 Extra water ca pacity . 44 0 gallons total (requi res cabover chassis) 360 Gallons I Dump swi tch in cab Bro o m ",s iS! pic k-lip he ad (13M I) Alt ernative cabo ver cha ssis -specify Alt ernative cabovcr chassis -spe cify A lt e rn ative cabover chassis -specify Optional equipm ent -specify /0 YD Hopper Capa city I Optio nal equipment -specify Idle D OIIIIJ No water 1 Optional eq uipm ent -specify VarIa ble Speed Dual SIdebroom5 I O ptio na l equ ipm ent -s~ecify Dual LE Side Broom Lights Optional equipm ent -speci fy Flfnc:fl onaf Con tr ol OJ ;Ya!lt'· Sys/I!"I! I Optio na l equ ipm ent -sp eci fy /Jl dh'idua! Swi tchesfor Water System Opti onal equ ipm ent· specIfy RH b!.~flel tum Door lnth Step I Optiona l equi pm ent -specify LED Stop, TUnJ and Tarl Ughts I Opti onal equipm ent · spe cify Fr o'll Spl'a.l' Bm· 1 O pl io na l equi pmem -specify Servi ce Manllal r Oplional equipme nl -s pecify AMIFMCD ' O pti onal equipm e m -specify Air Clt:cllcr Rc!s tric ti OIl GUlfg e 1 Optional equipm ent · s pecIfy Wnrer Nozzie,f fo r Cel1!ernmmr. J Option.al equ ipm ent -specify DllaJ Auto Shutt ers I Opli onal equipm ent· specify 25# FIre Extlllgulsher J T e mp orary tag Tran s fer ex ist in g re g is tr atJon (m ust pro vide lag numbe r) New stale tag (specify state, cou nty, c ity, ~h c riff. etc .) 67 Env iro nm ental Products o f Flo nd a Southem S242,095 .0 0 I S8,064.00 S848.00 1 '\A NA '\.1\ KA I S3,787.00 S63L 00 1 53,403.00 1 S777.0 0' S757.00 I I $1,388.00 S814.00 ' S64LOO ' S575.00 I $96.0 0 1 S924.00 1 I $1,004.00 S540.00 ' , $1,424.00 S220.00 1 l\C' S IO O.OO ' S 150 .00' VE HI C LE : DEALER: ZO:\E: !lA SE PRI CE: ~'I Al'\ PL I Ylai n 13 1 Wan 1 Tow Wa rr· Crosswind (J Pl us) Environmental Product:; of Florida Envl ronmentall'roduc ts o f Flori d a W estern :-';orthem S242.095.00 S242.095.00 ~"a intena n ce Plan -specify Full Mmntcnnnce Chassis "nd Body Pcr Year lip FO 5 YCtw.( Ma in te n an ce P la n -specify Fill! M(lillfCf/(/II C'e Body Pel' Yeul'lIJ1 to 5 r ea r s Wa rra nty -specify £.rll'lIdl'd Body Warran/) Pl"-Year lip 10 4 ,lddW()Iw/ Y!'r.r.~ W a rr a nty -specity Towillg iVarrallty per Year on At2 Chassis up 10 j Years 1 68 En vironmental Pro<luciS of Florida Cen tral S242 ,095.00 I:nviromnenlai Products of Flo rida Southern S242,095.00 S I4,400.00 1 $10.8 00.00 1 S2.670.00 1 S325.00 I DEERFIELD BEACH 1907 SW 43'0 Terrace Deerfield Bch. FL 33442 P: 954 .518.9923 F: 954 .518 .9926 CORPORATE 2525 C larcona Rd. Apopka, FI32703 P:407.798.0004 F:407.798 .0013 Octobe r 1", 2018 City of South Miami Pu b l ic Works Depa r tment Attn: Mr. John Reese Environmental Products of Florida is pleased to o ffer th e Ci ty o f South Miami thi s quotation f or a n ew Elg i n mode l Crosswin d o n a 2019 Freightl i ner mode l M2 truck c hassis w ith d u al st ee r ing an d control s. Pr i cing for thi s quote i s from the Flo r i da Sh e ri ffs Assoc i ation CONTRACT : FSA 18 -VE H 16.0/ Cab and c h ass i s truck s and heave equ i pm en t SPEC IFICAT ION: 57 2019 Elgin Cros swind (J Plus) DE LETE OPTIONS J1M2 sing l e e ngine Cros swi n d o n M2 c h assis ADD OPT IONS 11 19215 Vacuum enhanc er 1120887 Warning be a con rea r LED 1111176 Gutter broom til t adjuster (Qt y 2) 111905 9 dump sw itc h in cab 11 19217 Wand e ring ho se, hyd r auli c 1102759 Arrowstick LED 1121824 Idle down / No water 1120822 Dual LED side broom li ghts 1113730 Indivi dual switches for wat er system 1127045 RH Ins pection door w it h step 1070639 LED stop, tail, tu r n light s 1111698 Front spray bar 1072485 Radio A M/FM NTAG Ne w St ate tag Qt y 2,5 ' long al uminum v acuum tubes w/cla m ps Tota l d el iv ered price p e r co nt r act Continued on n e xt pag e 6 9 $242,095.00 $ 19,858.00 $ 500.00 $ 954.00 $ 2,090.00 $ 848.00 $ 4,873.00 $ 2,272.00 $ 63 1.00 $ 777.00 $ 1,388.0 0 $ 8 14.00 $ 641.00 $ 575.00 $ 924.00 S 150.00 $ 390.00 $240,064 .00 1 DEERFIELD BEACH 1907 SW 43 'd Terrace Deerfield Bch. FL 33442 P: 954 .518 .9923 F: 954.518.9926 CORPORATE 2525 Clarcona Rd. Apopka, FI32703 P:407.798.0004 F:407.798.0013 Discount for de ale r st oc k unit JS41222 Total d e liv e red pr i ce afte r discount On -site training inc l uded Delive r y November Si n cerely, Pa.t.t/ rl. #C<Ft Paul A. Hart South Florida Sales M anage r 5 61-719-1395 ce ll 70 $ 4,500 .00 $235,564 .00 2