Loading...
Res No 002-21-15622RESOLUTION NO.002-21-15622 A Resolution authorizing the City Manager to purchase a Trash Truck from Lou Bachrodt Freightliner. WHEREAS, the Public Works department provides weekly bulk trash collection for South Miami residents; and WHEREAS, the new trash truck will replace current unit, a 2009, 2-door, Trash Truck; and WHEREAS, the current unit has exhausted its useful life due to its continued use throughout the past 10 years; and WHEREAS, the purchase of the new trash truck will eliminate the various costly repairs that the current unit will need, to continue its usefulness to the Department; and WHEREAS, this Truck is currently used for transporting the residential bulk trash to the Miami Dade County Dump Facility; and WHEREAS, the City wishes to piggyback on Florida Sheriffs Association Contract FSA20-VEH18.0 with Lou Bachrodt Freightliner. NOW THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSIONERS OF THE CITY OF SOUTH MIAMI, FLORIDA: Section 1. The foregoing recitals are hereby ratified and confirmed as being true and they are incorporated into this resolution by reference as if set forth in full herein. Section 2. The City Manager is hereby authorized to expend an amount not to exceed $107,805 with Lou Bachrodt Freightliner for the purchase of the trash truck, charged to account number 301.1720.534.6440 (CIP). Section 3. Corrections. Conforming language or technical scrivener -type corrections may be made by the City Attorney for any conforming amendments to be incorporated into the final resolution for signature. Section 4. Severability. If any section clause, sentence, or phrase of this resolution is for any reason held invalid or unconstitutional by a court of competent jurisdiction, the holding will not affect the validity of the remaining portions of this resolution. Section 5. Effective Date. This resolution will become effective immediately upon adoption. PASSED AND ADOPTED this 5 th day of Januga, 2021. Pagel of 2 Res. No. 002-21-15622 FAtoM*119 READ AND APPROVED AS TO FORM, LANGUAGE, LEGALITY AND EXECU N 7z� CItY ATTORNEY COMMISSION VOTE: 5-0 Mayor Philips: Yea Vice Mayor Welsh: Yea Commissioner Harris: Yea Commissioner Liebman: Yea Commissioner Gil: Yea Page 2 of 2 Agenda Rem No:3. City Commission Agenda Item Report Meeting Date: January 5, 2021 Submitted by: Andrea Gaitan Submitting Department: Public Works & Engineering Rem Type: Resolution Agenda Section: Subject: A Resolution authorizing the City Manager to purchase a Trash Truck from Lou Bachrodt Freightliner. 3/5 (City Manager -Public Works Dept.) Suggested Action: Attachments: Memo- Trash Truck FY 20-21 002 .docx ResolutionToPuirchaseTrash TruckCArev 2 .doc Contract_. pdf Lou_Bachrodt_Freightliner_Quote.pdf Piggyback —Contract —HEAVY —Tucks SBL_Freightliner.pdf IU' South Miami 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 VIA: Shari Karnali, City Manager DATE: January 05, 2021 SUBJECT: A Resolution authorizing the City Manager to purchase a Trash Truck from Lou Bachrodt Freightliner. The Public Works Department provides trash collection for South Miami residents. The new Trash Truck will replace the current unit, a 2009, 2- door Trash Truck. The unit has exhausted its useful life due to its continued use throughout the past 10 years. The purchase of the new Truck will eliminate the various costly repairs that the unit will need, to continue its usefulness to the Department This Trash Truck is currently used for Transporting of the Residential Bulk Trash to Miami Dade County Dump Facility site. The City of South Miami desires to utilize the Florida Sheriffs Association Contract FSA.20-VEH 18.0 with Lou Bachrodt Freightliner under the Terms and Conditions as set forth in the solicitation agreement between Florida Sheriffs Association and Lou Bachrodt Freightliner. BACKGROUND: A Resolution authorizing the City Manager to expend $107,805 with Lou Bachrodt Freightliner for the purchase of the Trash Truck, charged to account number 301.1720.534.6440 (CIP). AMOUNT: $107,805 ACCOUNT: Account No.: 301.1720.534.6440 (CIP) has a current balance of $120,000. SUPPORT: Piggyback Contract with Lou Bachrodt Freightliner. 2 CONTRACT FOR HEAVY TRUCKS THIS AGREEMENT made and entered into this day ofAhVW.016 20by and between the City of South Miami, a Florida municipal Corporation by and through its City Manager (hereinafter referred to as "City') and SBL FREIGHTLINER, LLC. (hereinafter referred to as "Contractor") whose address is 2940 Center Point Circle, Pompano Beach, FL. 33�0644, and whose email address is: dmaher(a loubachrodt.com WITNESSETH: WHEREAS the FLORIDA SHERIFFS ASSOCIATION solicited bids for HEAVY TRUCKS; and WHEREAS, the FLORIDA SHERIFFS ASSOCIATION. after completing a competitive bidding process, awarded a contract to Contractor, and WHEREAS the City of South Miami desires to utilize the FLORIDA SHERIFFS ASOCIATION 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 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/ofi ecial, agree as follows: 1. The City desires to enter into a Contract, under the same provisions as set forth in the contract between FLORIDA SHERIFFS ASSOCIATION and Contractor pursuant to CONTRACT No. FSA20-VEH18.0 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), terns and conditions as found in the solicitation documents, the response to the solicitation, and the Agreement/Contract and/or the Award, pertinent copies of which are attached hereto as Attachment A and made a part hereof by reference. 3. All references in the contract between FLORIDA SHERIFFS ASSOCIATION and Contractor, shall be assumed to pertain to, and are binding upon Contractor and the City of South Miami. All decisions that are to be made on behalf of FLORIDA SHERIFFS ASOCIATION as set forth in the contract between FLORIDA SHERIFFS ASSOCIATION and the Contractor, shall all be made by the City Manager for the City of South Miami. Notwithstanding anything contained in the CONTRACT No. FSA20-VEH18.0 and the contract Thomas F. Pepe — 04-03-19 Page I of 6 between FLORIDA SHERIFFS ASSOCIATION and the Contractor to the contrary, this Agreement shall be governed by the laws of the State of Florida and venue for all dispute resolutions or litigation shall be in Miami -Dade County, Florida. 4. Term. The term of the contract including all renewals authorized by the FLORIDA SHERIFFS ASSOCIATION, shall not exceed five years. 5. Scope of Goods and Services. The scope of goods and services (which may hereinafter be referred to as the "Work") are set forth in the attached Attachment A and any attachments thereto and the City's purchase order, the latter of which shall take precedence. The Contractor has agreed to deliver the goods, if any, and perform the services, if any, in a workman like manner and in accordance with all state, county and City laws, at the locations, if any, designated by the City. All of the goods and services reflected in Attachment A shall, unless otherwise stated in the Attachment A or B, be delivered, if good, and commenced, if services, 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 goods and 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 services is set forth in Attachment A or B. if not otherwise set forth in the contract between FLORIDA SHERIFFS ASSOCIATION and the Contractor, the Contractor shall be paid upon delivery of all the goods, if any, the completion of all the services, if any, and after final inspection and approval, by the City, that approves of the goods delivered, if any, and the services performed, if any. 7. Precedence. The term, provisions and conditions of this Agreement shall take precedence over the terns, provisions and conditions of the contract between Contractor and FLORIDA SHERIFFS ASSOCIATION. S. Grant Funding: This project is being funded by N/A and Contractor agrees to comply with all the requirements of that Grant, applicable to the delivery of the goods and/or services that are the subject of this Agreement, and that are within its power to provide and to provide all the documentation within its control that is required for the City to be able to recover as much of the contract price that is available pursuant to the terms of the grant. A copy of the grant, if any, is attached hereto and made a part hereof by reference. 9. Public Records: CONTRACTOR and all of its subcontractors are required to comply with the public records law (s.119.0701) while providing goods and/or services on behalf of the CITY and the CONTRACTOR, under such conditions, shall incorporate this paragraph in all of its subcontracts for this Project and shall: (a) Keep and maintain public records required by the public agency to perform the service; (b) Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the public agency; and (d) Upon Thomas F. Pepe — 04-03-19 Page 2 of 6 completion of the contract, transfer, at no cost, to the public agency all public records in possession of the contractor or keep and maintain public records required by the public agency to perform the service. if the contractor transfers all public records to the public agency upon completion of the contract, the contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract, the contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT 305-663-6340; E-mail: npaYneta�csouthmiamifl.gov,; 6130 Sunset Drive, South Miami, FL 33143. 10. Waiver Jury Trial: City and Contractor knowingly, irrevocably voluntarily and intentionally waive any right either may have to a trial by jury in State or Federal Court proceedings in respect to any action, proceeding, or lawsuit arising out of the Contract Documents or the performance of the Work thereunder or any counterclaim, cross -claim or third party claim filed in the same proceeding. 11. Notices: Whenever notice shall be required or permitted herein, it shall be delivered by hand delivery, e-mail (or similar electronic transmission), facsimile transmission or certified mail with return receipt requested and shall be deemed delivered on the date shown on the e-mail or delivery confirmation for any facsimile transmission or. if by certified mail. the date on the return receipt or the date shown as the date same was refused or unclaimed. If hand delivered to the CITY, a copy must be stamped with the official CITY receipt stamp showing the date of delivery, otherwise the document shall not be considered to have been hand delivered. Notices shall be delivered to the following individuals or entities at the addresses (including e- mail) or facsimile transmission numbers set forth below or in the introductory paragraph to this contract: To CITY: City Manager, 6130 Sunset Dr. South Miami, FL 33143 Tel: (305) 668-2510 Fax: (305) 663-6345 E-mail: skamali@southmiamifl.gov With copies to: City Attorney 6130 Sunset Dr. South Miami, FL 33143 Tel: (305) 667-2564 Fax: (305) 341-0584 E-mail: tpeperu!southmiamin. Gov Thomas F. Pepe — 04-03-19 Page 3 of 6 7 12. Validity of Executed Copies: This Agreement may be executed in several counterparts, each of which may be construed as an original. 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 to the contrary, the City does not waive its sovereign immunity granted by Florida Statutes, Section 768.28, and the City's tort liability shall be limited to the waiver of sovereign immunity provided for in Section 768.28. 15. Severability: If any term or provision of this Agreement or the application thereof to any person or circumstance shall, to any extent, be invalid or unenforceable, the remainder of this Agreement, or the application of such term or provision to persons or circumstances other than those to which it is held invalid or unenforceable, shall not be affected thereby and each term and provision of this Agreement shall be valid and enforceable to the fullest extent permitted by law. IN WITNESS WHEREOF, and as the duly authorized act of the parties, the undersigned representatives of the parties hereto have caused this instrument to be signed in their respective names by theitpmRer officials on or before the day and year first above written. By: lAgge K� (type name and title of signatory above) ATTEST: By: Nkenga Payne, CIVIC City Clerk CITY OF SOUTH MIAMI By: Shari Karnali City Manager Read and Approved as to Form. Language, Legality and Execution Thereof. 22 Thomas F. Pepe City Attorney Thomas F. Pepe — 04-03-19 Page 4 of 6 8 u 2840 Center Port Circle Pompano, Bch, FL. 33064 PURCHASER: CITY OF SOUTH MIAMI ADDRESS: CITY: (MOTH MIAMI ATTN: VGMTLLMER PHONE: DATE: 1 vi Aaron BASE MODEL: FSA 20 VEH 18.0 LOW BID ITEM 58 SBULOU BACHRODT FTL. PRICE: $37,750 OPTION # OPTION 2 - L9 300 HP PRICE: $10,990 OPTION # OPTION 3- 33,000# GVW PACK WITH ALLISON 3000 TRANS PRICE: $29,900 OPTION # OPTION 8 - NO SPIN REAR AXLE DIFF LOCK PRICE: $650 OPTION # OPTION 16- MUDFLAPS REAR PRICE: $690 OPTION # OPTION 49 - 20-24 FT TRASH BODY 24 FT UPGRADE NO CHARGE PRICE: $24,500 OPTION # WBB-280 CHASSIS 7 YEAR WARRANTY PRICE: $3,225 OPTION # WAI-48C ENGINE 7 YEAR WARRANTY PRICE: $2,100 OPTION # TAG INCLUDED.... PRICE: OPTION # PRICE: OPTION # PRICE: OPTION # PRICE: OPTION # PRICE: OPTION# TOTAL PRICE PRICE: S107,805 Budget Challenges? TOTAL PRICE: $0.00 Daimler Truck Financial offers special municipal financing programs 'MTHLY PAYMENT: $0.00 to help fund the purchase of needed vehicles and other equipment. .Monthly, annual, semi-annual or quarterly payment options -Flexible repayment terms (tied to your budget) 'Actual rate, terms, down payment, and program eligibility will be determined by DTF credit team based upon credit worthiness and experience of customer. 0 Prepared for: STEVE KUUCK SOUTH MIAMI CITY OF 6130 SUNSET DR SOUTH MIAMI, FL 33143 Phone: 954 5451000 Prepared by: Drew Ellison LOU BACHRODT FREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-886-6704 FSA 20 VEH 18.0 ITEM 58 S B L! L O U BACH R O D T FREIG HTLI NER L O W B I D ON T H IS S P EC QUOTATION 11A2'106 CoMIENTIONAL CHASSi.S' ' SET BACK AXLE -TRUCK DETROIT DA-F-12.0-312,000# FF1 71.5 KPI/3.74 DROP CUM L9 300 HP @ 2200 RPM; 2200 GOV RPM, 860 LB -FT SINGLE FRONT AXLE @ 1200 RPM 12,000# MONO TAPERLEAF FRONT SUSPENSION ALLISON 3500 RDS AUTOMATIC TRANSMISSION WITH 106 INCH BBC FLAT ROOF ALUMINUM CONVENTIONAL PTO PROVISION CAB RS-21-160 21,000# R-SERIES SINGLE REAR AXLE 6475MM (255 INCH) WHEELBASE 21,000# 52 INCH VARIABLE RATE MULTI -LEAF SPRING 11/32X3-1/2X10-15/16 INCH STEEL FRAME REAR SUSPENSION WITH RUBBER HELPER (8.73MMX277.8MM10.344X10.94 INCH)120KSI 1600MM (63 INCH) REAR FRAME OVERHANG PER UNIT TOTAL VEHICLE PRICE TOTAL # OF UNITS (1) - $ $ EXTENDED WARRANTY $ $ DEALER INSTALLED OPTIONS $ $ CUSTOMER PRICE BEFORE TAX $ $ ?AXES AND,F�EES ,, FEDERAL EXCISE TAX (FET) $ $ TAXES AND FEES $ $ OTHER CHARGES $ $ TRADE4N ALLOWANCE $ (0) $ (0) BALANCE DUE (LOCAL CURRENCY) $ 107,805 $ 107,806 COMMENTS: Projected delivery on / I provided the order is received before I / APPROVAL: Please indicate your acceptance of this quotation by signing below: Customer: X Date: Application Version 11.3.004 Data Version PRL-23M.042 cdo-m-m--m-W SOUTH MIAMI 24 FT TRASH TRUCK 11/16/2020 2:56 PM Page 1 of 15 iiR Prepared for: STEVE KULICK SOUTH MIAMI CITY OF 6130 SUNSET DR SOUTH MIAMI, FL 33143 Phone: 954 5451000 Prepared by: Drew Ellison LOU BACHRODT FREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-886-6704 See your local dealer for a competitive quote from Daimler Truck Financial, or Financial,ler Truck contact us at Information@dtfoffers.com. F'mancing that works for you. Daimler Truck Financial offers a variety of finance, lease and insurance solutions to fit your business needs. For more information about our products and services, visit our website at www.daimier-truckfinancial.com. Application Version 11.3.004 Data Version PRL-23M.042 • SOUTH MIAMI 24 FT TRASH TRUCK 11/16/2020 2:56 PM Page 2 of 15 11 Prepared for. STEVE KULICK SOUTH MIAMI CITY OF 6130 SUNSET DR SOUTH MIAMI, FL 33143 Phone: 954 5451000 Prepared by: Drew Ellison LOU BACHRODT FREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-886-6704 S P EC I F I C A T I O N PROPOSAL Description rl M2 PRL-23M (EFF:01/21/20) Vata'.V. ....... .... 37 SPECPRO21 DATA RELEASE VER 042 fit § *U'*M':' --Vihlc16; 0 M2 106 CONVENTIONAL CHASSIS 2022 MODEL YEAR SPECIFIED SET BACK AXLE - TRUCK STRAIGHT TRUCK PROVISION LH PRIMARY STEERING LOCATION .-a . V TRUCK CONFIGURATION DOMICILED. USA (EXCLUDING CALIFORNIA AND CARS OPT -IN STATES) PICKUP AND DELIVERY/SHORT HAUL SERVICE GOVERNMENT BUSINESS SEGMENT FIXED LOAD COMMODITY TERRAIN/DUTY: 10% (SOME) OF THE TIME, IN TRANSIT, IS SPENT ON NON -PAVED ROADS MAXIMUM 8% EXPECTED GRADE MAINTAINED GRAVEL OR CRUSHED ROCK - MOST SEVERE IN -TRANSIT (BETWEEN SITES) ROAD SURFACE MEDIUM TRUCK WARRANTY EXPECTED FRONT AXLE(S) LOAD: 12000.0lbs EXPECTED REAR DRIVE AXLE(S) LOAD: 21000.0 lbs EXPECTED GROSS VEHICLE WEIGHT CAPACITY 33000.0 lbs Tru' ck Se.11WO FLATBED/PLATFORM/STAKE BODY 3-V DISTRIBUTING INC Application Version 11.3.004 e 11/16/2020 2:56 PM Data Version PRL-23M.0422�m� SOUTH MIAMI 24 FT TRASH TRUCK Page 3 of 15 12 Prepared for: STEVE KULICK SOUTH MIAMI CITY OF 6130 SUNSET DR SOUTH MIAMI, FL 33143 Phone: 954 5451000 Description Prepared by: Drew Ellison LOU BACHRODT FREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-886-6704 EXPECTED BODY/PAYLOAD CG HEIGHT ABOVE FRAME OW INCHES: 32.0 in s Engine . , :: z , , � ,' i � ♦ ,. � + . u { a i a i CUM L9 300 HP @ 2200 RPM; 2200 GOV RPM, 860 LB -FT @ 1200 RPM Eieci�ranic Parameters �_ _ � _ �_ . 75 MPH ROAD SPEED LIMIT CRUISE CONTROL SPEED LIMIT SAME AS ROAD SPEED LIMIT PTO MODE BRAKE OVERRIDE - SERVICE BRAKE APPLIED PTO RPM WITH CRUISE SET SWITCH - 700 RPM PTO RPM WITH CRUISE RESUME SWITCH - 800 RPM PTO MODE CANCEL VEHICLE SPEED - 5 MPH PTO GOVERNOR RAMP RATE - 250 RPM PER SECOND PTO MINIMUM RPM - 700 REGEN INHIBIT SPEED THRESHOLD - 5 MPH Engine Equipment 2016 ONBOARD DIAGNOSTICS/2010 EPA/CARB/GHG21 CONFIGURATION NO 2008 CARB EMISSION CERTIFICATION STANDARD OIL PAN ENGINE MOUNTED OIL CHECK AND FILL SIDE OF HOOD AIR INTAKE WITH FIREWALL MOUNTED DONALDSON AIR CLEANER DR 12V 160 AMP 28-SI QUADRAMOUNT PAD ALTERNATOR WITH REMOTE BATTERY VOLT SENSE (2) DTNA GENUINE, FLOODED STARTING, MIN 2000CCA, 370RC, THREADED STUD BATTERIES BATTERY BOX FRAME MOUNTED STANDARD BATTERY JUMPERS SINGLE BATTERY BOX FRAME MOUNTED LH SIDE UNDER CAB WIRE GROUND RETURN FOR BATTERY CABLES WITH ADDITIONAL FRAME GROUND RETURN NON -POLISHED BATTERY BOX COVER CUMMINS TURBOCHARGED 18.7 CFM AIR COMPRESSOR WITH INTERNAL SAFETY VALVE STANDARD MECHANICAL AIR COMPRESSOR GOVERNOR Application Version 11.3.004 Data Version PRL-23M.042 (4-3—m—m—m—W SOUTH MIAMI 24 FT TRASH TRUCK 11/16/2020 2:56 PM Page 4 of 15 13 Prepared for: STEVE KULICK SOUTH MIAMI CITY OF 6130 SUNSET DR SOUTH MIAMI, FL 33143 Phone: 954 5451000 Description AIR COMPRESSOR DISCHARGE LINE ELECTRONIC ENGINE INTEGRAL SHUTDOWN PROTECTION SYSTEM CUMMINS ENGINE INTEGRAL BRAKE WITH VARIABLE GEOMETRY TURBO ON/OFF RH OUTBOARD UNDER STEP MOUNTED HORIZONTAL AFTERTREATMENT SYSTEM ASSEMBLY WITH RH HORIZONTAL TAILPIPE ENGINE AFTERTREATMENT DEVICE, AUTOMATIC OVER THE ROAD REGENERATION AND DASH MOUNTED REGENERATION REQUEST SWITCH STANDARD EXHAUST SYSTEM LENGTH RH STANDARD HORIZONTAL TAILPIPE 6 GALLON DIESEL EXHAUST FLUID TANK 100 PERCENT DIESEL EXHAUST FLUID FILL LH MEDIUM DUTY STANDARD DIESEL EXHAUST FLUID TANK LOCATION STANDARD DIESEL EXHAUST FLUID PUMP MOUNTING STANDARD DIESEL EXHAUST FLUID TANK CAP BORG WARNER (KYSOR) REAR AIR OWOFF ENGINE FAN CLUTCH AUTOMATIC FAN CONTROL WITHOUT DASH SWITCH, NON ENGINE MOUNTED CUMMINS SPIN ON FUEL FILTER COMBINATION FULL FLOW/BYPASS OIL FILTER 900 SQUARE INCH ALUMINUM RADIATOR ANTIFREEZE TO -34F, ETHYLENE GLYCOL PRE - CHARGED SCA HEAVY DUTY COOLANT GATES BLUE STRIPE COOLANT HOSES OR EQUIVALENT CONSTANT TENSION HOSE CLAMPS FOR COOLANT HOSES RADIATOR DRAIN VALVE LOWER RADIATOR GUARD ALUMINUM FLYWHEEL HOUSING ELECTRIC GRID AIR INTAKE WARMER DELCO 12V 381VIT HD STARTER WITH INTEGRATED MAGNETIC SWITCH Transmission--*- ALLISON 3500 RDS AUTOMATIC TRANSMISSION WITH PTO PROVISION Application Version 11.3.004 Data Version PRL-23M.042 cc = Mm�w� SOUTH MIAMI 24 FT TRASH TRUCK Prepared by: Drew Ellison LOU BACHRODT FREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-886-6704 11/16/2020 2:56 PM Page 5 of 15 14 Prepared for. STEVE KULICK SOUTH MIAMI CITY OF 6130 SUNSET DR SOUTH MIAMI, FL 33143 Phone: 954 6451000 Prepared by: Drew Ellison LOU BACHRODT FREIGHTLINER 2940 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-886.6704 Description 100sm emon=Equipmerit ' ALLISON VOCATIONAL PACKAGE 223 - AVAILABLE ON 3000/4000 PRODUCT FAMILIES WITH VOCATIONAL MODELS RDS, HS, MH AND TRV ALLISON VOCATIONAL RATING FOR ON/OFF HIGHWAY APPLICATIONS AVAILABLE WITH ALL PRODUCT FAMILIES PRIMARY MODE GEARS, LOWEST GEAR 1, START GEAR 1, HIGHEST GEAR 6, AVAILABLE FOR 3000/4000 PRODUCT FAMILIES ONLY SECONDARY MODE GEARS, LOWEST GEAR 1, START GEAR 1, HIGHEST GEAR 6, AVAILABLE FOR 3000/4000 PRODUCT FAMILIES ONLY PRIMARY SHIFT SCHEDULE RECOMMENDED BY DTNA AND ALLISON, THIS DEFINED BY ENGINE AND VOCATIONAL USAGE SECONDARY SHIFT SCHEDULE RECOMMENDED BY DTNA AND ALLISON, THIS DEFINED BY ENGINE AND VOCATIONAL USAGE PRIMARY SHIFT SPEED RECOMMENDED BY DTNA AND ALLISON, THIS DEFINED BY ENGINE AND VOCATIONAL USAGE SECONDARY SHIFT SPEED RECOMMENDED BY DTNA AND ALLISON, THIS DEFINED BY ENGINE AND VOCATIONAL USAGE ENGINE BRAKE RANGE PRESELECT RECOMMENDED BY DTNA AND ALLISON, THIS DEFINED BY ENGINE AND VOCATIONAL USAGE ENGINE BRAKE RANGE ALTERNATE PRESELECT RECOMMENDED BY DTNA AND ALLISON, THIS DEFINED BY ENGINE AND VOCATIONAL USAGE FUEL SENSE 2.0 DISABLED - PERFORMANCE - TABLE BASED DRIVER SWITCH INPUT - DEFAULT - NO SWITCHES VEHICLE INTERFACE WIRING CONNECTOR WITHOUT BLUNT CUTS, AT BACK OF CAB ELECTRONIC TRANSMISSION CUSTOMER ACCESS CONNECTOR FIREWALL MOUNTED CUSTOMER INSTALLED MUNCIE CS20/CS24 SERIES PTO PTO MOUNTING, LH SIDE OF MAIN TRANSMISSION MAGNETIC PLUGS, ENGINE DRAIN, TRANSMISSION DRAIN, AXLE(S) FILL AND DRAIN Application Version 11.3.004 Data Version PRL-23M.042 cammm SOUTH MIAMI 24 FT TRASH TRUCK 11/16/2020 2:56 PM Page 6 of 15 15 Prepared for. STEVE KUUCK SOUTH MIAMI CITY OF 6130 SUNSET DR SOUTH MIAMI, FL 33143 Phone: 954 5451000 Description Prepared by: Drew Ellison LOU BACHRODT FREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-886-6704 PUSH BUTTON ELECTRONIC SHIFT CONTROL, DASH MOUNTED TRANSMISSION PROGNOSTICS - ENABLED 2013 WATER TO OIL TRANSMISSION COOLER, IN RADIATOR END TANK TRANSMISSION OIL CHECK AND FILL WITH ELECTRONIC OIL LEVEL CHECK SYNTHETIC TRANSMISSION FLUID (TES-295 COMPLIANT) �vnt Axle and -FEquipnfent s r �. { DETROIT DA-F-1 2.0-3 12,000# FF1 71.5 KPI/3.74 DROP SINGLE FRONT AXLE MERITOR 15X4 Q+ CAM FRONT BRAKES NON ASBESTOS FRONT BRAKE LINING CONMET CAST IRON FRONT BRAKE DRUMS FRONT BRAKE DUST SHIELDS FRONT OIL SEALS VENTED FRONT HUB CAPS WITH WINDOW, CENTER AND SIDE PLUGS - OIL STANDARD SPINDLE NUTS FOR ALL AXLES MERITOR AUTOMATIC FRONT SLACK ADJUSTERS TRW THP-60 POWER STEERING POWER STEERING PUMP 2 QUART SEE THROUGH POWER STEERING RESERVOIR CURRENT AVAILABLE SYNTHETIC 75W-90 FRONT AXLE LUBE Front Suspension 12,000# MONO TAPERLEAF FRONT SUSPENSION MAINTENANCE FREE RUBBER BUSHINGS - FRONT SUSPENSION FRONT SHOCK ABSORBERS Rear-Axle.and Equipment t - RS-21-160 21,000# R-SERIES SINGLE REAR AXLE 5.38 REAR AXLE RATIO IRON REAR AXLE CARRIER WITH STANDARD AXLE HOUSING MXL 16T MERITOR EXTENDED LURE MAIN DRIVELINE WITH HALF ROUND YOKES Application Version 11.3.004 ® 11116/2020 2:56 PM Data Version PRL-23M.042 co 2m— SOUTH MIAMI 24 FT TRASH TRUCK Page 7 of 15 16 Prepared for: STEVE KULICK SOUTH MIAMI CITY OF 6130 SUNSET DR SOUTH MIAMI, FL 33143 Phone: 954 5451000 Description DRIVER CONTROLLED TRACTION DIFFERENTIAL - SINGLE REAR AXLE (1) DRIVER CONTROLLED DIFFERENTIAL LOCK REAR VALVE FOR SINGLE DRIVE AXLE BLINKING LAMP WITH EACH MODE SWITCH, DIFFERENTIAL UNLOCK WITH IGNITION OFF. ACTIVE <5 MPH MERITOR 16.5X7 Q+ CAST SPIDER CAM REAR BRAKES, DOUBLE ANCHOR, FABRICATED SHOES NON ASBESTOS REAR BRAKE LINING BRAKE CAMS AND CHAMBERS ON FORWARD SIDE OF DRIVE AXLE(S) CONMET CAST IRON REAR BRAKE DRUMS REAR BRAKE DUST SHIELDS REAR OIL SEALS WABCO TRISTOP D LONGSTROKE 1-DRIVE AXLE SPRING PARKING CHAMBERS MERITOR AUTOMATIC REAR SLACK ADJUSTERS CURRENT AVAILABLE SYNTHETIC 75W-90 REAR AXLE LUBE 21,000# 52 INCH VARIABLE RATE MULTI -LEAF SPRING REAR SUSPENSION WITH RUBBER HELPER SPRING SUSPENSION - NO AXLE SPACERS STANDARD AXLE SEATS IN AXLE CLAMP GROUP Brake. SvsteiM' AIR BRAKE PACKAGE WABCO 4S/4M ABS REINFORCED NYLON, FABRIC BRAID AND WIRE BRAID CHASSIS AIR LINES FIBER BRAID PARKING BRAKE HOSE STANDARD BRAKE SYSTEM VALVES STANDARD AIR SYSTEM PRESSURE PROTECTION SYSTEM STD U.S. FRONT BRAKE VALVE RELAY VALVE WITH " PSI CRACK PRESSURE, NO REAR PROPORTIONING VALVE NO BRAKE LINE AIR DRYER STEEL AIR BRAKE RESERVOIRS Application Version 11.3.004 Data Version PRL-23M.042 SOUTH MIAMI 24 FT TRASH TRUCK Prepared by: Drew Ellison LOU BACHRODT FREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-886-6704 11/16/2020 2:56 PM Page 8 of 15 17 Prepared for. SIEVE KULICK SOUTH MIAMI CITY OF 6130 SUNSET DR SOUTH MIAMI, FL 33143 Phone: 954 5451000 Description Prepared by: Drew Ellison LOU BACHRODT FREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-886.6704 BW DV-2 AUTO DRAIN VALVE WITHOUT HEATER ON ALL TANK(S) ra[eirConnect�ons • UPGRADED CHASSIS MULTIPLEXING UNIT UPGRADED BULKHEAD MULTIPLEXING UNIT -Ytiee�tiase ,&-Frame - - 6475MM (255 INCH) WHEELBASE 11/32X3-1/2X10-15/16 INCH STEEL FRAME (8.73MMX277.8MM/0.344X10.94 INCH)120KSI 1600MM (63 INCH) REAR FRAME OVERHANG FRAME OVERHANG RANGE: 61 INCH TO 70 INCH CALCD BACK OF CAB TO REAR SUSP C/L (CA) : 189.37 in CALCULATED EFFECTIVE BACK OF CAB TO REAR SUSPENSION C/L (CA) : 186.37 In CALCD FRAME LENGTH - OVERALL: 356.89 CALCULATED FRAME SPACE LH SIDE: 135.13 in CALCULATED FRAME SPACE RH SIDE: 177.07 in CALCD SPACE AVAILABLE FOR DECKPLATE : 189.45 in SQUARE END OF FRAME FRONT CLOSING CROSSMEMBER STANDARD WEIGHT ENGINE CROSSMEMBER STANDARD CROSSMEMBER BACK OF TRANSMISSION STANDARD MIDSHIP #1 CROSSMEMBER(S) STANDARD REARMOST CROSSMEMBER STANDARD SUSPENSION CROSSMEMBER Chassis Equipment .: .... _.. ...... ..�.. .. .. .. -... _ � ... .. . - ram.. ::1i::.. .._.. ....... _._..... L y .. . - - .. THREE-PIECE 14 INCH STEEL CENTER BUMPER WITH FLEXIBLE PLASTIC ENDS FRONT TOW HOOKS - FRAME MOUNTED BUMPER MOUNTING FOR SINGLE LICENSE PLATE BETTS B-25 PAINTED MUDFLAP BRACKETS BLACK MUDFLAPS FENDER AND FRONT OF HOOD MOUNTED FRONT MUDFLAPS Application Version 11.3.004 Data Version PRL-23M.042 " SOUTH MIAMI 24 FT TRASH TRUCK 11/16/2020 2:56 PM Page 9 of 15 18 Prepared for: STEVE KULICK SOUTH MIAMI CITY OF 6130 SUNSET DR SOUTH MIAMI, FL 33143 Phone: 954 5451000 Description GRADE 8 THREADED HEX HEADED FRAME FASTENERS :Fuel Tanks 80 GALLON/302 LITER RECTANGULAR ALUMINUM FUEL TANK - LH RECTANGULAR FUEL TANK(S) PLAIN ALUMINUM/PAINTED STEEL FUEL/HYDRAULIC TANK(S) WITH PAINTED BANDS FUEL TANK(S) FORWARD PLAIN STEP FINISH Prepared by: Drew Ellison LOU BACHRODT FREIGHTLINER 2640 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-886-6704 FUEL TANK CAP(S) DETROIT FUEL/WATER SEPARATOR WITH WATER IN FUEL SENSOR EQUIFLO INBOARD FUEL SYSTEM HIGH TEMPERATURE REINFORCED NYLON FUEL LINE - T- HANKOOK AL21 11 R22.5 14 PLY RADIAL FRONT TIRES HANKOOK DLI 1 11 R22.5 14 PLY RADIAL REAR TIRES CONMET PRESET PLUS PREMIUM IRON FRONT HUBS CONMET PRESET PLUS PREMIUM IRON REAR HUBS jt- MAXION WHEELS 90541 22.5X8.25 10-HUB PILOT 6.20 INSET 24-LAND STEEL DISC FRONT WHEELS MAXION WHEELS 90541 22.5X8.25 10-HUB PILOT 6.20 INSET 2-HAND STEEL DISC REAR WHEELS FRONT WHEEL MOUNTING NUTS REAR WHEEL MOUNTING NUTS -7Cab-Exterior - 106 INCH BBC FLAT ROOF ALUMINUM CONVENTIONAL CAB LEAF SPRING REAR CAB SUSPENSION LH AND RH GRAB HANDLES PAINTED PLASTIC GRILLE Application Version 11.3.004 0 Data Version PRL-23M-042 ct IN m �mm SOUTH MIAMI 24 FT TRASH TRUCK 1111612020 2:56 PM Page 10 of 15 19 Prepared for. STEVE KULICK SOUTH MIAMI CITY OF 6130 SUNSET DR SOUTH MIAMI, FL 33143 Phone: 954 5451000 Description ARGENT SILVER HOOD MOUNTED AIR INTAKE GRILLE FIBERGLASS HOOD SINGLE 14 INCH ROUND HADLEY AIR HORN UNDER LH DECK SINGLE ELECTRIC HORN Prepared by: Drew Ellison LOU BACHRODT FREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-886-6704 SINGLE HORN SHIELD DOOR LOCKS AND IGNITION SWITCH KEYED THE SAME KEY QUANTITY OF 2 REAR LICENSE PLATE MOUNT END OF FRAME INTEGRAL HEADLIGHT/MARKER ASSEMBLY (5) AMBER MARKER LIGHTS INTEGRAL STOP/TAIUBACKUP LIGHTS STANDARD FRONT TURN SIGNAL LAMPS DUAL WEST COAST BRIGHT FINISH MIRRORS DOOR MOUNTED MIRRORS 102 INCH EQUIPMENT WIDTH LH AND RH 8 INCH BRIGHT FINISH CONVEX MIRRORS MOUNTED UNDER PRIMARY MIRRORS STANDARD SIDE/REAR REFLECTORS 63X14 INCH TINTED REAR WINDOW TINTED DOOR GLASS LH AND RH WITH TINTED NON -OPERATING WING WINDOWS MANUAL DOOR WINDOW REGULATORS 1-PIECE SOLAR GREEN GLASS WINDSHELD 2 GALLON WINDSHIELD WASHER RESERVOIR WITHOUT FLUID LEVEL INDICATOR, FRAME MOUNTED Cab 1&6dor : - - OPAL GRAY VINYL INTERIOR MOLDED PLASTIC DOOR PANEL MOLDED PLASTIC DOOR PANEL BLACK MATS WITH SINGLE INSULATION FORWARD ROOF MOUNTED CONSOLE WITH UPPER STORAGE COMPARTMENTS WITHOUT NETTING IN DASH STORAGE BIN (2) CUP HOLDERS LH AND RH DASH GRAY/CHARCOAL FLAT DASH HEATER, DEFROSTER AND AIR CONDITIONER Applicafion Version 11.3.004 ® 11/16/2020 2:56 PM Data Version PRL•23M.042 " SOUTH MIAMI 24 FT TRASH TRUCK Page 11 of 15 411 Prepared for: STEVE KULICK SOUTH MIAMI CITY OF 6130 SUNSET DR SOUTH MIAMI, FL 33143 Phone: 954 5451000 Description STANDARD HVAC DUCTING MAIN HVAC CONTROLS WITH RECIRCULATION SWITCH STANDARD HEATER PLUMBING VALEO HEAVY DUTY A/C REFRIGERANT COMPRESSOR BINARY CONTROL, R-134A STANDARD INSULATION SOLID-STATE CIRCUIT PROTECTION AND FUSES 12V NEGATIVE GROUND ELECTRICAL SYSTEM DOME LIGHT WITH 3-WAY SWITCH ACTIVATED BY LH AND RH DOORS CAB DOOR LATCHES WITH MANUAL DOOR LOCKS BASIC HIGH BACK NON SUSPENSION DRIVER SEAT WITH FORE AND AFT ADJUSTMENT 2 MAN TOOL BOX MID BACK NON SUSPENSION PASSENGER SEAT LH AND RH INTEGRAL DOOR PANEL ARMRESTS VINYL WITH VINYL INSERT DRIVER SEAT VINYL WITH CLOTH INSERT PASSENGER SEAT BLACK SEAT BELTS FIXED STEERING COLUMN 4-SPOKE 18 INCH (450MM) STEERING WHEEL DRIVER AND PASSENGER INTERIOR SUN VISORS ;Instruments:& Col�trols GRAY DRIVER INSTRUMENT PANEL GRAY CENTER INSTRUMENT PANEL BLACK GAUGE BEZELS LOW AIR PRESSURE INDICATOR LIGHT AND AUDIBLE ALARM 2 INCH PRIMARY AND SECONDARY AIR PRESSURE GAUGES INTAKE MOUNTED AIR RESTRICTION INDICATOR WITHOUT GRADUATIONS 97 DB BACKUP ALARM ELECTRONIC CRUISE CONTROL WITH SWITCHES IN LH SWITCH PANEL KEY OPERATED IGNITION SWITCH AND INTEGRAL START POSITION; 4 POSITION OFF/RUN/START/ACCESSORY Application Version 11.3.004 Data Version PRL-23M.042 ME —8 —2 SOUTH MIAMI 24 FT TRASH TRUCK Prepared by: Drew Ellison LOU BACHRODT FREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-886.6704 11/16/2020 2:56 PM Page 12 of 15 21 Prepared for. SIEVE KULICK SOUTH MIAMI CITY OF 8130 SUNSET OR SOUTH MIAMI, FL 33143 Phone: 964 5451000 Description ICU3S, 132X48 DISPLAY WITH DIAGNOSTICS, 28 LED WARNING LAMPS AND DATA LINKED HEAVY DUTY ONBOARD DIAGNOSTICS INTERFACE CONNECTOR LOCATED BELOW LH DASH 2 INCH ELECTRIC FUEL GAUGE PROGRAMMABLE RPM CONTROL - ELECTRONIC ENGINE ELECTRICAL ENGINE COOLANT TEMPERATURE GAUGE 2 INCH TRANSMISSION OIL TEMPERATURE GAUGE ENGINE AND TRIP HOUR METERS INTEGRAL WITHIN DRIVER DISPLAY (1) DASH MOUNTED PTO SWITCH WITH INDICATOR LAMP ELECTRIC ENGINE OIL PRESSURE GAUGE AM/FMJWB WORLD TUNER RADIO WITH AUXILIARY INPUT, J1939 DASH MOUNTED RADIO (2) RADIO SPEAKERS IN CAB AM/FM ANTENNA MOUNTED ON FORWARD LH ROOF ELECTRONIC MPH SPEEDOMETER WITH SECONDARY KPH SCALE, WITHOUT ODOMETER STANDARD VEHICLE SPEED SENSOR ELECTRONIC 3000 RPM TACHOMETER IDLE LIMITER, ELECTRONIC ENGINE TWO OWOFF ROCKER SWITCHES IN THE DASH WITH INDICATOR LIGHTS AND WIRE ROUTED TO CHASSIS AT BACK OF CAB, LABEL OPT DIGITAL VOLTAGE DISPLAY INTEGRAL WITH DRIVER DISPLAY SINGLE ELECTRIC WINDSHIELD WIPER MOTOR WITH DELAY MARKER LIGHT SWITCH INTEGRAL WITH HEADLIGHT SWITCH ONE VALVE PARKING BRAKE SYSTEM WITH WARNING INDICATOR SELF CANCELING TURN SIGNAL SWITCH WITH DIMMER. WASHERIWIPER AND HAZARD IN HANDLE INTEGRAL ELECTRONIC TURN SIGNAL FLASHER WITH HAZARD LAMPS OVERRIDING STOP LAMPS Application Version 11.3.004 Data Version PRL-23M.042 cd 2--m �Sm SOUTH MIAMI 24 FT TRASH TRUCK Prepared by: Drew Ellison LOU BACHRODT FREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-886-6704 11/16/2020 2:56 PM Page 13 of 15 22 Prepared for. STEVE KULICK SOUTH MIAMI CITY OF 6130 SUNSET DR SOUTH MIAMI, FL 33143 Phone: 964 5451000 Prepared by: Drew Ellison LOU BACHRODT FREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-886-6704 Description Design'4. PAINT: ONE SOLID COLOR CAB COLOR A: L0006EY WHITE ELITE EY BLACK, HIGH SOLIDS POLYURETHANE CHASSIS PAINT POWDER WHITE (N0006EA) FRONT WHEELS/RIMS (PKWHT21, TKWHT21, W, TW) POWDER WHITE (N0006EA) REAR WHEELSIRIMS (PKWHT21, TKWHT21, W. TW) BUMPER PAINT: FP24812 ARGENT SILVER DUPONT FLEX STANDARD E COATIUNDERCOATING Certificatsona�Compliance :.�Y... :.'.._ '' . t ...__._ .. _.. , r° . . - .. - __ .. .._.___..� .,�-�i . �.. _ U.S. FMVSS CERTIFICATION, EXCEPT SALES CABS AND GLIDER KITS Options Factory S.66DO ry CORPORATE PDI CENTER IN-SERVICE ONLY --7 CALCULATED EFFECTIVE BACK OF CAB TO REAR SUSPENSION CIL (CA): 186.37 in CALC'D SPACE AVAILABLE FOR DECKPLATE: 189.45 in Ext6hd6d. Wei ftnit CUM 2017 1-9: HD2 MD DTY 7 YEARS 250,000 MILES 402,500 KM EXTENDED WARRANTY. FEX APPLIES TC4: MD STANDARD 7 YEARS/250,000 MILES / 402,500 KM EXTENDED TRUCK COVERAGE. FEX APPLIES TOWING: 6 MONTHS/UNLIMITED MILES/KM EXTENDED TOWING COVERAGE $550 CAP FEX APPLIES Dealer Ihstalled.0ptloift; Weight Weight Front Rear Application Version 11.3.004 Data Version PRL-23M.042 SOUTH MIAMI 24 FT TRASH TRUCK 11116/2020 2:56 PM Page 14 of 15 23 Prepared for. STEVE KULICK SOUTH MIAMI CITY OF 6130 SUNSET DR SOUTH MIAMI. FL 33143 Phone: 954 6451000 24 FT LONG TRASH BODY WITH 6FT HIGH SIDES AND 7FT WIDE BODY WITH TARP AND PTO FOR AUTO TRANS. GROUND LEVEL TARP. MUDFLAPS AND BACKUP ALARM. Total Dealer Installed Options Prepared by: Drew Ellison LOU BACHRODT FREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-886.6704 0 lbs 0lbs ("') A8 cost increases for major components (Engines, Transmissions, Axles, Front and Rear Tires) and government mandated requirements, tariffs, and raw material surcharges will be passed through and added to factory invoices. Data Version Version 11.3.004 ® o Data Version 124 F TRASH SOUTH MIAMI 24 FT TRASH TRUCK 11/16/2020 2:56 PM Page 15 of 15 24 BID AWARD CONTRACT FSA20=VEH18.0 HEAVY TRUCKS Contract Term: October 1, 2020- September 30, 2022 Cooperative Purchasing Program Coordinated By The Florida Sheriffs Association Florida Association of Counties FLORIDA SWIMS ASSOCIVION 25 Protecting, Leading & Uniting... since 1893 FLORIDA SHERIFFS ASSOCIATION 2617 Mahan Drive, Tallahassee, Florida 32308 vV ti� ,terW� p: (850) 877-2165 P.O. Box 12519 -Tallahassee, Florida 32317-2519 h (850) 878.8665 www.11sherifs.org In 9 Date: October 1, 2020 To: All Perspective Participants From: Steve Casey, Executive Director Craig Chown, CPP Manager Re: Contract Number FSA20-VEHI8.0Heavy Trucks We are pleased to announce that the Florida Sheriffs Association has successfully completed its 18th cooperative competitive bid for heavytrucks. This contract is in effect beginning October 1, 2020 through September 30, 2022. This year's bid awa rd included 102 specifications and makes and models for heavy trucks. The competitive process for this award began in April 2020, when stakeholders were surveyed regarding procurement needs. Specifications were developed based on prior year activity and new additions were added based on survey results and the Fleet Advisory Committee's review of products. An advertisement of the Invitation to Bid was placed within the FSA website and Florida Administrative Weekly on April 22, 2020. On June 2, 2020, a direct notification was sent to 511 prospective bidders to register for qualification to participate in the bid process for heavy trucks and heavy equipment. From this ITS, 206 bidders responded to the pre -bid meeting registration or request for qualified waiver for FSA approval. Of these respondents, 40 submitted bids for heavy trucks and 33 qualified, responsive bidders were awarded after a review by the FSA and the FSA Fleet Advisory Committee. The Florida Sheriffs Association Cooperative Purchasing Program has followed the Contract Terms and Conditions to procure this contract. Contract prices are extended and guaranteed to any local government or political subdivision of the state, public educational institutions, other public agencies or authorities with the State of Florida, and other entities approved by the manufacturer to participate in this contract. Out of state sales are permitted under this contract. All purchasers are bound by their local governing purchasing ordinances, rules and regulations. All awarded vendors are governed by their manufacturer agreements and the Contract Terms and Conditions. List of Awarded Vendors in Alphabetical Order for FSA20-VEH18.0 Heavy Trucks: 1. Alan Jay Chevrolet Buick GMC Cadillac 2. Alan Jay Chrysler Jeep Dodge of Wauchula 3. Asbury Automotive Group DBA: DBA: Courtesy Chrysler, Jeep Dodge 4. Bozard Ford S. BYD Motors 6. Coggin Buick GMC 7. Coggin Chevrolet 8. Container Systems & Equipment Co., Inc. 9. DeLand Truck Center 10. Duval Chevrolet 11. Duval Ford 12. Four Star Freightliner 13. Garber Chevrolet Buick GMC, Inc. 14, Garber Chrysler Dodge Truck, Inc. 15. General GMC Truck Sales & Service, Inc. 16. Kenworth of Central Florida 17. Kenworth of Jacksonville 18. Kenworth of South Florida 19. Maudlin International Trucks 20. Nextran 21.Orlando Freightliner 22. Palm Fire Rescue Group DBA: Palm Peterbilt Truck Centers 23. Palmetto Ford Truck Sales, Inc. 24. Rechtien International Trucks, Inc. 25. Rush Truck Centers of Florida 26. SBL Freightliner, LLC. 27. Stingray Chevrolet 28. Sun State International Trucks, LLC. 29. Tampa Truck Center 30. Ten-8 Fire Equipment, Inc. 31. The Broyhill Manufacturing Company 32. Truckmax Isuzu 33. Truckmax, Inc 27 F5A2D-VEHi&O Heavy Trucks Vendor Dlroctary AvardadVandor Address city State 21pCoda SalasCor4oct Office Telephone Mobile Telaybone [-Man Alan Jay Chevrolet Cadillac, Inc, dba Alan Jay Chevrolet Buick GMC Cadillac 441 US Hwy 27 North Sabring FL 33870 Chris Wilson 863.402.4234 869-381.3411 r:hrls,wll%onRVeI;%nJay.com Alan lay Enterprises of Wouchula. Inc dba Alan lay Chrysler Jeep Dodge of Wauchula 140S US Hwy 17 South Wauchula FL 33873 Chris Wilson 863-402-4234 863.381-3411 chys.w4sonentanigiX.com Asbuty Automotive Group dba Courtesy Chryslar-loap-Dodge 9207 E Adamo Or Tampa FL 33519 Eric Jere 407.234-SI16 cQurtvwcldrh mall.cem Botard Ford 540 Outlet Map Blvd St. Augustine, FL 32084 Jeff Eason 904.43&6316 904-219-1475 &son borard. o BYD Motors LLC 180DS FI ueroa Los Angeles CA 90015 John Gerra 213-373.9801 626-244.1997 n a eo gggin Buick GMC of Orange Park dba Coilgin Buick GMC 10880 Philips lacksonvilla FL 322S6 Rick Hoots 904-608-4240 904.608.4I40 rhoe-NnAftemMmuta.com Coggin Chevrolet Lit dba Coggin Chevrolet 10880 Philips H Jacksonville FL 32256 Rick Hoeni 904.608.4240 904.603.4240 rhaenin co na to.com Container Systems & Equipment. Inc. 506 Bellevue Ave. Daytona Beach FL 32114 WilliamYoung 3BS-253-SSSS 386-451-SS31 byoung0contalnersys.corn DaLand Truck Center, Inc. 1208 South Woodland Blvd DoLand FL 32720 Howard Williams 388.734.8740 386-801.4187 h d I& d rut cente . Duval ford LLC 1616 Cossat Ave Jacksonv4la FL 32210 Richard Tockett 9W-388-2144 904.343.6266 richard.i.ickettL%dtrjalford.com Four Star Frolghthnar 270 Four Star Way Midway FL 32343 Zack Howard 850.701-9843 850-SM6214 tackh-0fourstarfrei htliner.wm Garber Chevrolet Buick GMC. Inc. 3408 Hwy 17 Green Cove Springs FL 32043 Ryan Davis 904-264.2442 904.476.21S5 Eftos Q0 fj r R S!A ii I 9-m-a I I Garber Chrysler 091a Jeep Ram 3403 Hwy 17 Green Cove Springs FL 32043 Ryan Davis 904-264.2442 904-476.21SS fdavilMilatberautomall,com General GMC Truck Sales and Service. Inc. 360 S MAita Troll West Palm Beach FL 3341S Ed Costello 561.6854905 813-781-4421 ecoctello0cenesalamc.com Kenworth of Central Florida Inc 18W N orange Blossom Trail Orlando FL 32804 Mike Crawford 352-427.5462 352-427.5462 mike.crawfordAwdormail eo Kenworth of Jacksonville 833 Pickettovillo Rd Jacksonville FL 32220 Ed Costello 9D4.739.2296 904-S88 SM edwstellagDPWIAN.com Maudlin International Trucks LLC 2110 S Ohrlslen AVE Orlando FL 328DS Chuck Calhoun 407.849-" 0 407-466.1074 [tqI u udllnu+tl.cam Nextran Truck Centers 1986 W Beaver Street Jacksonville FL 322M Mike Maddox 904.354-3721 9W-349.BS76 mmaddavgneytranusa.cam Orlando Frolghtflner 24S5 S Orange Blossom Trail Apopka FL 32703 Bob Shar nick 407-295-38" 407-509.6651 btdhatonickdpotlandofresehiliner.com Palm Peterbilt Truck Centers 2441 S State rd. 714411 Ft. Lauderdale FL 33317 A Man tno Jr. 954.584-3200 9S4.817-BOSS i f rucks Palmetto ford Truck Sales, I= 7245 NW 36th St Miami FL 33166 Charge Rofters 303-470.1334 3OS-972.7133 ed fstabalmettotruck.com Rachtien International Trucks, Inc 7227 NW 74 Ave Miami FL 33166 Raul Areluno 3CS-888.2081 30S-793.5411 rorN1a rethti n.cam Rush Truck Lenten of Florida, Inc. 8111 E. Adamo Or. Tampa FL 33519 Steve Bell 813-559.2324 321-20S-7143 be0sQruthentarDnsqs.com SBL Freightliner, LLC dba Lou Bachrodt 2840 Center Point Circle Pompano Beach FL 33064 Don Mahar 9S4-54S-3017 443-857-8227 dmah r lou -- Starke Motorcars, LLC dba Duval Chevrolet 1901 North Temple Ave Starke FL 32091 Richard Tackett 904-388.2244 904-343.6266 richard.tacIett9Dduv&lf1eet=m Stirs ra Chevrolet 2002 N. Frontage Road Punt City FL 33563 Peter poplel 813-473.2002 407-221-7600 nwrc tarnao mail.cam Sun State International Trucks 6020AdamoOr Tama FL 33619 Undo Barksdale 013-621-1331 813-838-2827 I al n• trinl. T P Investment Group LLC dba Kenworth of South Florida 2909 S Andrews Ave. Ft. Lauderdale FL 33316 Nelson Martinet 954-523.5484 3OS-458-3833 nmartinc ke co Tampa Truck Canter 7528 U.S. Hwy 301 N. Tama FL 33337 Scott Endds 813-293-MG 813-293-0866 sendrisgsouthnontruck.com Ton-B Fire Equipment, Inc. 2904 59 Ave Or E Bradenton FL 34203 Stacey Abraham 941-755.7779 941-448-6449 raharn0tengl1re.com The BroyWo Manufactwing Company One North Market Square Dakota City NE 68731 Tommy Steemkin 402-987-3412 402.98714-12 acmunting0broyhIll.com Truckma: isutu 29120 S. Dixie Hwy lHomestead FL 33033 Guillermo Chet 3CS-777.9000 3GS-720.4501 MYTRUCKS101 GMAIL COMM Truckmax, Inc. 60DO NW 77th Court IMISTAII FL 33166 Guillermo Chat 30S-777-9000 305-720.4501 GtH£2 TRU MAx CO>rt 28 FSA Cooperative Purchasing Program FLORIDA / SHERIFFS ASSOCIATION Contract: FSA20-VEL28.0 — Pursuit, Administrative and Other Vehicles Contract: FSA20-VEH18.0 —Heavy Trucks Contract: FSA20-EQU18.0 — Heavy Equipment )Items formerly included under' VEH" contract.) Contract Terms and Conditions xK�,] 29 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Table of Contents 1.0 GENERAL CONDITIONS.............................................................................................................5 1.01 BID CORRESPONDENCE................................................................................................5 1.02 PURPOSE...................................................................................................................... 6 1.03 TERM OF CONTRACT....................................................................................................6 1.04 ESTIMATED QUANTITIES..............................................................................................6 1.05 SHERIFF AS COUNTY CONSTITUTIONAL OFFICER.........................................................6 1.06 FUNDING......................................................................................................................7 1.07 CURRENCY....................................................................................................................7 1.08 GENERAL DEFINITIONS.................................................................................................7 1.09 ELIGIBLE PURCHASERS OF CONTRACT.........................................................................8 1.10 LEGAL REQUIREMENTS................................................................................................9 1.11 PATENTS & ROYALTIES.................................................................................................9 1.12 FEDERAL AND STATE STANDARDS...............................................................................9 1.13 UNDERWRITERS' LABORATORIES...............................................................................10 1.14 AMERICANS WITH DISABILITIES ACT..........................................................................10 1.15 REASONABLE ACCOMMODATION..............................................................................10 1.16 MINORITY BUSINESS ENTERPRISE (MBE)...................................................................10 1.17 ANTI-DISCRIMINATION..............................................................................................10 1.18 BEST COMMERCIAL PRACTICES..................................................................................10 1.19 PUBLIC ENTITY CRIMES(PEC) ......................................................................................10 1.20 TAX EXEMPTION.........................................................................................................11 1.21 TAXES.........................................................................................................................11 1.22 ORDER OF PRECEDENCE IN THE EVENT OF CONFLICT...............................................11 1.23 COMMUNICATIONS...................................................................................................11 1.24 CLARIFICATION AND ADDENDA.................................................................................11 1.25 SIGNED BID CONSIDERED AN OFFER..........................................................................12 1.26 ASSIGNMENT OF CONTRACT.....................................................................................12 1.27 TERMINATION OF PRODUCT LINE..............................................................................13 Page 1 30 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.28 METHOD OF AWARD..................................................................................................13 1.29 DEMONSTRATION OF COMPETENCY.........................................................................13 1.30 VENDOR ABILITY TO PERFORM..................................................................................14 1.31 FINANCIAL RESPONSIBILITY.......................................................................................14 1.32 QUALITY AND SAFETY................................................................................................14 1.33 NONCONFORMANCE.................................................................................................15 1.34 GRATUITIES................................................................................................................15 1.35 TIE BIDS......................................................................................................................15 1.36 RIGHT TO AUDIT.........................................................................................................15 1.37 LIABILITY, INSURANCE, LICENSES AND PERMITS........................................................16 1.38 BID BONDS, PERFORMANCE BONDS, CERTIFICATES OF INSURANCE .........................16 1.39 ELIMINATION FROM CONSIDERATION......................................................................17 1.40 COLLUSION.................................................................................................................17 1.41 DEFAULT.....................................................................................................................17 1.42 PROTESTS AND ARBITRATION....................................................................................18 1.43 NONPERFORMANCE..................................................................................................19 1.44 SEVERABILITY............................................................................................................. 20 1.45 TERMINATION FOR CAUSE.........................................................................................20 1.46 TERMINATION WITHOUT CAUSE...............................................................................20 1.47 CONTRACT ADVERTISMENT AND USE OF FSA LOGO.................................................20 2.0 BIDDER INSTRUCTIONS.........................................................................................................22 2.01 BIDDER QUALIFICATIONS...........................................................................................22 2.02 LICENSING/FACILITIES................................................................................................22 2.03 INSURANCE AND INDEMNIFICATION.........................................................................22 2.04 SPECIFICATIONS.........................................................................................................25 2.05 FIXED PRICES.............................................................................................................. 25 2.06 DISCOUNTS................................................................................................................25 2.07 SEALED BIDS...............................................................................................................25 2.08 EXCEPTIONS, OMISSION AND ERRORS.......................................................................25 2.09 MISTAKES...................................................................................................................26 2.10 EQUIVALENTS.............................................................................................................26 Page 2 31 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 2.11 MANDATORY PRE -BID MEETING................................................................................26 2.12 QUALIFICATION..........................................................................................................27 2.13 PRICES QUOTED.........................................................................................................27 2.14 OPTION PRICING........................................................................................................28 2.15 EMERGENCY LIGHTS AND SIRENS..............................................................................29 2.16 SUBMITTAL OF BID.....................................................................................................30 2.17 ZONE BIDDING...........................................................................................................31 2.18 EXECUTION OF BID.....................................................................................................32 2.19 MODIFICATION OR WITHDRAWALS OF BIDS............................................................. 32 2.20 LATE BIDS................................................................................................................... 32 2.21 BID OPENING..............................................................................................................32 2.22 DETERMINATION OF RESPONSIVENESS.....................................................................32 2.23 RESPONSIBLE BIDDER CRITERIA..................................................................................32 2.24 BASIS FOR AWARD..................................................................................................... 33 2.25 FIRM BID....................................................................................................................33 2.26 BID TABULATIONS......................................................................................................34 2.27 MINOR IRREGULARITIES/RIGHT TO REJECT...............................................................34 2.28 CONE OF SILENCE.......................................................................................................34 3.0 CONTRACT CONDITIONS......................................................................................................35 3.01 GENERAL REQUIREMENTS.........................................................................................35 3.02 STATEMENT OF AUTHORITY......................................................................................35 3.03 VENDOR CONTACT INFORMATION............................................................................35 3.04 OPTION TO RENEW & PRICE ADJUSTMENT...............................................................35 3.0S ADDITIONS AND DELETIONS......................................................................................36 3.06 EQUITABLE ADJUSTMENT..........................................................................................36 3.07 CONDITIONS.......................................................:.......................................................36 3.08 PRODUCTION CUTOFF...............................................................................................37 3.09 FACILITIES...................................................................................................................37 3.10 SUBSTITUTIONS..........................................................................................................37 3.11 POLICE RATED VEHICLES & MOTORCYCLES...............................................................37 3.12 SPECIAL SERVICE VEHICLES........................................................................................38 Page 3 0_� FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 3.13 CAB AND CHASSIS PURCHASES..................................................................................38 3.14 FACTORY INSTALLED..................................................................................................38 3.1S VENDOR INSTALLED OPTIONS....................................................................................39 3.16 NON-SCHEDULED OPTIONS.......................................................................................39 3.17 FORCE MAJEURE........................................................................................................39 3.18 DELIVERY TIME...........................................................................................................39 3.19 ORDER........................................................................................................................ 40 3.20 VEHICLE AND EQUIPMENT DELIVERY.........................................................................41 3.21 INSPECTION AND ACCEPTANCE.................................................................................42 3.22 REGISTRATION, TAG AND TITLE.................................................................................43 3.23 INVOICING AND PAYMENTS.......................................................................................43 3.24 WARRANTY REPAIRS AND SERVICE............................................................................43 3.25 INADEQUATE SERVICE................................................................................................43 3.26 REPORTING: PURCHASE ORDERS & QUARTERLY REPORTS........................................44 3.27 ADMINISTRATIVE FEE.................................................................................................4S 3.28 LIQUIDATED DAMAGES..............................................................................................46 AppendixA...............................................................................................................................48 AppendixB...............................................................................................................................49 AppendixC............................................................................................................................... 50 AppendixD...............................................................................................................................51 AppendixE...............................................................................................................................52 Page 4 33 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.0 GENERAL CONDITIONS 1.01 BID CORRESPONDENCE All correspondence regarding this bid should be directed to the Florida Sheriffs Association "FSA", using the information shown above. Please be sure to reference the bid number and your contact information. The contacts for this bid are: Ed Lanier, FSA Cooperative Purchasing Program Coordinator E-mail: elanier@flsheriffs.org Phone: 850-877-2165, ext. 5811 Fax: 850-878-5115 Craig Chown, FSA Cooperative Purchasing Program Manager E-mail: cchoNn@flsheriffs.org Phone: 850-877-2165, ext. 5833 Fax: 850-878-5115 Communication for this Invitation to Bid should be identified by contract number and title and directed to: Florida Sheriffs Association Attn: Cooperative Purchasing Program Coordinator 2617 Mahan Drive Tallahassee, FL 32308 E-mail: CPPOflsheriffs.org . Page 5 34 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 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 FSA Cooperative Purchasing Program will conduct the solicitation process and administer the resulting contract. The purpose of this bid is to establish contracts with manufacturers and manufacturer's authorized vendors for contract terms specified under Section 1.03 for the purchase of vehicles and equipment on a "no trade-in basis." 1.03 TERM OF CONTRACT The term for Contracts FSA20-VEL28.0 Pursuit, Administrative and Other Vehicles and FSA20-VEH18.01 Heavy Vehicles shall remain in effect for two (2) years from date of contract execution by the FSA, and may be renewed by mutual agreement, at the sole option and discretion of the FSA, pursuant to the terms of Section 3.04. The initial term of these contracts begins October 1, 2020 and ends September 30, 2022. The term for Contract FSA20-EQU18.0 Heavy Equipment shall remain in effect for three (3) years from date of contract execution by the FSA, and may be renewed by mutual agreement, at the sole option and discretion of the FSA, pursuant to the terms of Section 3.04. The initial term of this contract begins October 1, 2020 and ends September 30, 2023. 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. 1.04 ESTIMATED QUANTITIES In FY 2018-19, eligible users purchased approximately 8,856vehicles and equipment from this contract. These estimated figures are given as a guideline for bidders preparing bids. Quantities provided do 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. It is our practice to give consideration to the prices offered, but the Office of the Sheriff is not required by law to accept the lowest priced proposal and may reject any or all of the proposals without recourse. Bidders are solely responsible for their own bid preparation costs and nothing in this solicitation in any way obligates the participating sheriffs' offices for any payment for any activity or costs incurred by any bidder in responding to this solicitation. Page 6 35 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.06 FUNDING In the case of certain purchasers, including state agencies, funds expended for the purposes of the contract must be appropriated by the Florida Legislature, the individual participating agency or the agency's appropriating authority for each fiscal year included within the contract period. For such agencies, their performances and obligations to pay for products or services under any resulting contract, or purchase order, are contingent upon such an annual appropriation by the Legislature, individual agency or by the appropriating authority. Therefore, any contract or purchase order with such an agency shall automatically terminate without penalty or termination costs in the event of non -appropriation. 1.07 CURRENCY All transaction amounts, bids, quotes, provisions, payments or any part of this contract relating to currency are to be made in United States Dollar. 1.08 GENERAL DEFINITIONS The terms used in this contract are defined as the following: a. Bidder: A proposer or enterprise that submits a formal offer to the FSA Cooperative Purchasing Program Administrator in accordance with the Contract Terms and Conditions. b. Bid System: The online forum used for the submission of electronic bids and review of bid results for the specifications connected to this Invitation to Bid. Vendortink is the software used for this bid. c. Dealer: A manufacture's certified representative authorized by the manufacturer to market, sell, provide, and service the vehicles/equipment for the FSA Cooperative Purchasing Program. Dealers may be vendor -owned and controlled, in whole or in part, or independently owned and controlled. d. Florida Sheriffs Association Cooperative Purchasing Program (FSA): The entity that administeres the Invitation to bid and contract administration functions for this contract. e. End User: A term used to distinguish the person who ultimately uses or is intended to use a product or for whom a product is designed for use. f. Factory: Refers to the manufacturer produced products. g. Fleet Advisory Committee (FAQ An employee of a sheriff's office or other local governmental agency, or any other person who FSA identifies as subject matter expert who assists with the development of bid specifications and evaluation of bid responses. The Fleet Advisory Committee makes recommendations to the FSA and is not responsible for final awards. h. Invitation to Bid: A competitive solicitation and award process established through the issuance of an invitation to vendors, dealers and manufacturers to submit a price offer on a specific product to be provided. This term shall include the bid specifications available to bidders on the bid system and references to solicitation documents. The term shall not include request for proposals, request Page 7 36 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions for quotes, request for letters of interest, or the solicitation of purchase orders based on oral or written quotations. i. Manufacturer: The original producer or provider of vehicles or equipment offered on this contract. J. Manufacturer's Suggested Retail Price (MSRP): Manufacturer's Suggested Retail Price (MSRP) represents the Manufacturer's recommended retail selling price, list price, published list price, or other usual and customary price that would be paid by the purchaser. The following are acceptable sources of current MSRPs and MSRP Lists for use in submission of the bid solicitation and the resulting contract: 1. Manufacturer's Computer Printouts: Ford - "Dora"; General Motors - "GM Autobook"; or approved equivalent 2. Chrome Systems, Inc.'s PC Carbook (PC Carbook Plus and PC Carbook Fleet Edition) 3. Manufacturer's Annual U.S. Price Book 4. Manufacturer's official website k. Non -Scheduled Options: Any optional new or unused component, feature or configuration that is not included or listed in the base vehicle specifications or options. I. Production Cutoff: A date used by manufacturers to notify dealers that the factory has reached maximum capacity for orders or are discontinuing the production of a vehicle or equipment. Vehicle manufacturers use this term when referring to any given model year for production. m. Published Ust Price: A standard "quantity of one" price currently available to government and educational purchasers, excluding cooperative or volume discounts. n. Purchaser: A Purchaser is an entity that seeks to obtain vehicles or equipment off this contract by meeting the eligible user criteria or with vendor approval. o. Purchase Order: A request for order from a purchaser to an awarded vendor for an item that has been awarded on this Contract. Purchaser orders placed using this contract formalize the terns and conditions of this contract under which a vendor furnishes vehicles or equipment to a purchaser. p. Third Party Supplier. Businesses external to a bidder or vendor that provide products and services which contribute to the overall finished vehicle or equipment. Third Party Suppliers are contractors under the direction and responsibility of the bidder or vendor. q. Vendor. The bidder that has been awarded and agrees to provide vehicles or equipment that meet the requirements and base specifications. The vendor must agree to the contract terms and conditions of the contract before being awarded to the contract. r. Vendor Installed: A product or service provided by the vendor or other third party; not the factory. 1.09 ELIGIBLE PURCHASERS OF CONTRACT Page 8 �kh FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Awarded bids, or contract prices, will be extended and guaranteed to the Florida Sheriffs Association, 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, which can include out of state sales. Vendors that wish to extend contract pricing to entities other than those defined here are governed by their manufacturers 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 FSA immediately. The bidder shall obtain and pay for all licenses, permits and inspection fees for this bid submission and contract. Page 9 38 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.13 UNDERWRITERS' LABORATORIES Unless otherwise stipulated in the bid, all manufactured items and fabricated assemblies shall be Underwriters' Laboratories, or U.L., listed or re-examination listing where such has been established by U.L. for the item(s) offered and furnished. 1.14 AMERICANS WITH DISABILITIES ACT To request this material in accessible format, sign language interpreters, information on access for persons with disabilities, or any accommodation to review any document or participate in any FSA sponsored proceeding, please contact FSA Human Resources at (850) 877-2165 five business days in advance to initiate your request. Try users may also call the Florida Relay Service at 711. 1.15 REASONABLE ACCOMMODATION In accordance with the Title 11 of the Americans with Disabilities Act, any person requiring an accommodation at the Bid opening because of a disability must contact the FSA Human Resources at (850) 877-2165. 1.16 MINORITY BUSINESS ENTERPRISE (MBE) The Florida Sheriffs Association policy is that Minority Business Enterprises (MBE) shall have the opportunity to participate in this invitation to bid. Such process would be for supplying goods and services to FSA and Purchasers. 1.17 ANTI -DISCRIMINATION The bidder certifies that he/she is in compliance as applicable by federal or state law with the non- discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race, color, religion, sex or national origin. 1.18 BEST COMMERCIAL PRACTICES The apparent silence of this specification and any supplemental specifications as to any details or the omission from it of a detailed description concerning any point shall be regarded as meaning that only the best commercial practices, size, and design are to be used. All workmanship is to be first quality. All interpretations of this specification shall be upon the basis of this statement. 1.19 PUBLIC ENTITY CRIMES (PEC) In accordance with the Public Entity Crimes Act, Section 287.133, Florida Statutes, a person or affiliate who has been placed on the convicted vendor list maintained by the State of Florida Department of Management Page 10 39 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Services following a conviction for public entity crimes may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a Vendor, supplier, Sub -Vendor, or consultant under a contract with a public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 1.20 TAX EXEMPTION All State and Federal tax exemptions applicable to the units of local government of the State of Florida will apply, and appropriate certifications furnished. Purchasers shall comply with all federal, state and local tax requirements. The Florida Sheriffs Association is a 501(c)3 organization and is exempt from all Federal Excise and State Taxes. State Sales Tax and Use Certificate Number is 85-8012646919C-3. 1.21 TAXES Customers making a purchase pursuant to the awarded bid are generally exempt from Federal Excise and State Sales Tax. It is the responsibility of the vendor to verify that the purchaser is exempt by obtaining the purchaser's Federal Excise and State Taxes and Use Certificate Number. 1.22 ORDER OF PRECEDENCE IN THE EVENT OF CONFLICT In the event of conflict, the conflict may be resolved in the following order of priority (highest to lowest): 1. Addenda to Contract Terms and Conditions, if issued 2. Contract Conditions 3. Addenda to Bid Specifications, if issued 4. Bid Specifications S. Bidder Instructions 6. General Conditions 1.23 COMMUNICATIONS Communications between a proposer, bidder, lobbyist or consultant and FSA are limited to matters of process or procedure and shall be made in writing to the contact persons identified in Section 1.01 of this procurement. Bidders should not rely on representations, statements, or explanations other than those made in this Bid or in any written addendum to this Bid, and no oral representations, statements, or explanations shall be deemed to bind the FSA or eligible users. 1.24 CLARIFICATION AND ADDENDA Any questions or clarifications concerning the Invitation to Bid shall be submitted to FSA by e-mail to CPP@ft,Ner:,'r=.ora with the bid title and number referenced on all correspondence. Final questions must Page 11 40 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions be received by the date for Request for Clarification stated on the Bid Calendar. Questions and answers will be posted to the FSA Cooperative Purchasing Program website on the date indicated on the Bid Calendar. Interpretation of the specifications or any solicitation documents will not be made to the bidder verbally, and if any verbal clarifications are provided they are without legal effect. Questions received after the cone of silence date listed on the bid calendar will not be addressed. The FSA reserves the right to address technical questions. The FSA shall issue a Formal Addendum if substantial changes which impact the submission of bids are required. Any such addenda shall be binding on the bidder and shall become a part of the solicitation document. In the event of conflict with the original specifications, addenda shall govern to the extent specified. Subsequent Addenda shall govern over prior Addenda only to the extent specified. FSA will make every attempt to e-mail updates to registered bidders. However, posting to the FSA website or the bid system constitutes proper notice of addenda. The bidder shall be required to acknowledge receipt of the Formal Addendum by signing in the space provided. Failure to acknowledge Addendum shall deem the bid non -responsive; provided, however, that pursuant to section 2.27, the FSA may waive this requirement in its best interest. The FSA will not be responsible for any explanation or interpretation made verbally or in writing except those made through the posting of a Formal Addendum. The bid submission constitutes acknowledgment of addenda to the specifications. Bids that fail to account for the specification addenda shall be determined to be nonresponsive; however, that pursuant to section 2.27, the FSA may waive this requirement in its best interest. After the start of the contract term, FSA will notify all vendors of any addenda and will require acknowledgement of the new terms and conditions. If the vendor does not agree to the new terms and conditions, the vendor's award can be removed or replaced by another vendor or qualified responsive bidder. 1.25 SIGNED BID CONSIDERED AN OFFER The signed Bid shall be considered an offer on the part of the bidder, which offer shall be deemed accepted upon approval by the FSA and in case of default on the part of successful bidder, after such acceptance, the FSA may procure the items or services from other sources. The bid submission must be signed by an authorized representative. An electronic signature may be used and shall have the same force and effect as a written signature. 1.26 ASSIGNMENT OF CONTRACT No right or interest in this Contract may be assigned, transferred, conveyed, sublet or otherwise disposed of, without prior written consent of the FSA. If the original vendor sells or transfers all assets or the entire portion of the assets used to perform this Contract, a successor -in -interest must perform all obligations under this Contract. FSA reserves the right to Page 12 41 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions reject the acquiring entity as vendor. A change of name agreement will not change the contractual obligations of the vendor. 1.27 TERMINATION OF PRODUCT LINE If a vendor terminates a product line (manufacturer or brand), the vendor is required to notify the FSA within 10 business days of the decision not to retain the product line. In the event a manufacturer reassigns the product line to an alternate vendor, the manufacturer and the vendor are required to immediately notify the FSA in writing of the change within 10 business days confirming the reassignment. If the vendor is not already an approved FSA vendor, the vendor is required to apply to the FSA to become an approved vendor odor to conducting any qualified sales. The vendor and the manufacturer are required to honor the contract pricing and all of the applicable terns and conditions throughout the remaining term of the contract. 1.28 METHOD OF AWARD The award is made to responsive and responsible bidders. FSA uses its discretion in determining if bids meet the requirements of this solicitation. The FSA reserves the right to make multiple awards within a specification, if deemed in the best interest of the FSA and the purchasers. Awards will be posted on the FSA website according to the date posted in the bid calendar. 1.29 DEMONSTRATION OF COMPETENCY Bidders must be able to demonstrate a good record of performance for a reasonable period of time, and have sufficient financial support, equipment and organization to ensure they can satisfactorily execute the services if awarded a contract under the terms and conditions herein stated. The terms "equipment" and "organization" as used herein shall be construed to mean a fully equipped and well established company in line with the best business practices in the industry and as determined by the FSA. The FSA may consider any evidence available regarding the financial, technical and other qualifications and abilities of a Bidder, including past performance with the FSA in making the award. The FSA may require bidders to show proof that they have been designated as authorized representatives of a manufacturer or supplier which is the actual source of supply. In these instances, the FSA may also require information from the source of supply regarding the quality, packaging and characteristics of the products. Any conflicts between this material information provided by the source of supply and the information contained in the bid submission may render the bid nonresponsive. Pre -award inspection of the Bidder's facility may be made prior to the award of contract. Bids will only be considered from firms which are regularly engaged in the business of providing the goods or services as described in this Bid. Page 13 42 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Information submitted in the bid may not be plagiarized and, except in the case of materials quoted from this solicitation or developed by the manufacturer, must be the original work of the individual or company that submits the bid for evaluation. 1.30 VENDOR ABILITY TO PERFORM During the contract period, FSA may review the vendor's record of performance to ensure that the vendor is providing sufficient financial support, equipment and organization. If the FSA determines that the vendor no longer possesses the financial support, equipment and organization in order to comply with this section, FSA has the authority to immediately terminate the contract awarded. By responding to this procurement the vendor warrants that, to the best of his or her knowledge, there is no pending or threatened action, proceeding, or investigation, or any other legal or financial condition, that would in any way prohibit, restrain, or diminish the vendor's ability to satisfy the obligations of the Contract. The vendor warrants that neither it nor any affiliate is currently on the convicted vendor list maintained pursuant to section 287.133 of the Florida Statues, or on any similar list maintained by any other state or the federal government. The vendor shall immediately notify the FSA and purchaser in writing if its ability to perform is compromised in any manner during the term of the contract. 1.31 FINANCIAL RESPONSIBILITY Bidder affirms by the signature on the contract signature page that the bidder: • Has fully read and understands the scope, nature, and quality of work to be performed or the services to be rendered under this bid, and has the adequate facilities and personnel to fulfill such requirements; • Accepts the financial responsibility associated with this bid, and declares that he or she has the access to capital (in the form of liquidity or credit lines) in order to meet the financial demands of such award; and • Has assessed the financial responsibility required to serve the contract as bid, including such details as the obligations to perform all specifications bid, zones bid, and quantities that could be ordered, as well as timing of payment from purchasers, which can be 45 calendar days from receipt of invoice. 1.32 QUALITY AND SAFETY All materials used for the manufacture or construction of any supplies, materials or equipment covered by this bid shall be new. The items bid must be new, the latest model, of the best quality, and highest grade workmanship that meet or exceed federal safety standards. Products requiring certification should require certification of options in cases where non -certified options could result in the decertification of the original product or warranty. In all cases where options are not certified, the Vendor must disclose to the end user that the non -certified options are not required to be certified. All options must meet or exceed federal safety standards. page 14 43 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.33 NONCONFORMANCE Items may be tested for compliance with specifications. Items delivered that do not conform to specifications may be rejected and returned at the vendor's expense. Items not meeting the specifications and items not delivered within a reasonable period of time after expected delivery date may be purchased outside of the FSA contract. Any violation of these stipulations may also result in: • Vendor's name being removed from the awarded vendor list. • FSA and purchasers being advised not to do business with vendor. 1.34 GRATUITIES Proposers shall not offer any gratuities, favors, or anything of monetary value to any official, employee, or agent of the FSA, for the purpose of influencing consideration of this bid. 1.35 TIE BIDS FSA has the right to award multiple bidders the primary or alternate award in the event of a tie. In the event the FSA desires to break tie bids, and both businesses have qualifying drug -free work programs, the award will be made using the following criteria: • Bidder Within the State of Florida • Vendors performance record with purchasers • Coin Toss 1.36 RIGHT TO AUDIT Vendor shall establish and maintain a reasonable accounting system that enables FSA to readily identify Vendor's sales. FSA and its authorized representatives shall have the right to audit and to make copies of all related records pertaining to this contract, including all government sales and eligible users information whether kept by or underthe control of the vendor, including, but not limited to those kept by its employees, agents, assigns, successors, sub -vendors, or third party suppliers in whatever form they may be kept —written or electronic. Such records shall include, but not be limited to: • Accounting records, including paid vouchers, cancelled checks, deposit slips, ledgers, and bank statements; • Written policies and procedures; • Subcontract files (including proposals of successful and unsuccessful bidders, bid recaps, etc.); • Original estimates or work sheets; • Contract amendments and change order files; Page 15 44 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions • Insurance documents; or • Memoranda or correspondence. Vendor shall maintain such records during the term of this Contract and for a period of three (3) years after the completion of this Contract. At the vendor's expense and upon written notice from FSA, the vendor shall provide such records for inspection and audit by FSA or its authorized representatives. Such records shall be made available to FSA during normal business hours within three business days of receipt of the written notice. FSA may select the vendor's place of business or offsite location for the audit. The FSA may also request the vendor provide requested records via e-mail. Vendor shall ensure FSA has these rights with Vendor's employees, agents, assigns, successors, and third party supplier and the obligations of these rights shall be explicitly included in any subcontracts or agreements formed between the Vendor and any Sub -Vendors to the extent that those subcontracts or agreements relate to fulfillment of the Vendor's obligations to FSA. Professional fees, personnel costs and travel costs incurred by FSA under its authority to audit and not addressed elsewhere will be the responsibility of the FSA. However, if the audit identifies under reporting, overpricing or overcharges (of any nature) by the vendor to FSA or a customer in excess of three percent (3%) of the total contract billings, the vendor shall reimburse FSA for the total costs of the audit not to exceed $5,000. If the audit discovers substantive findings related to fraud, misrepresentation, or non- performance, FSA may recoup all the costs of the audit work from the vendor. Any adjustments or payments that must be made as a result of any such audit or inspection of the vendor's invoices or records shall be made within a reasonable amount of time (not to exceed 60 calendar days) from presentation of FSA's findings to Vendor. FSA has the right to assess damages or seek reimbursements or refunds based on audit results. 1.37 LIABILITY, INSURANCE, LICENSES AND PERMITS Where vendors are required to enter or go onto FSA or purchaser property to deliver materials or perform work or services as a result of a bid award, the vendor will assume the full duty, obligation and expense of obtaining all necessary licenses, permits and insurance and assure all work complies with all applicable county and municipal code requirements. The vendor shall be liable for any damages or loss to the FSA or purchaser occasioned by negligence of the vendor or any person the vendor has designated in the completion of the contract as a result of the bid. 1.38 BID BONDS, PERFORMANCE BONDS, CERTIFICATES OF INSURANCE Bid Bonds, when required, shall be submitted with the bid in the amount specified in Bidder Instructions. After acceptance of bid, the FSA will notify the successful bidder to submit the applicable certificates of insurance in the amounts specified in the Bidder Instructions and/or Insurance Checklist. Purchaser may request a performance bond from a vendor. Performance Bonds are recommended with pre -payment and will be at the expense of the requesting agency. Purchasers should determine the best practice in comparing performance bond expense against any prior discounts that may be available. Page 16 45 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.39 ELIMINATION FROM CONSIDERATION This Invitation to Bid shall not be awarded to any person or bidder who has outstanding debts to the FSA, whether In relation to current or previous bid awards or for other business purposes. 1.40 COLLUSION Collusion is a non-competitive secret or sometimes illegal agreement between rival bidders that attempts to disrupt the contract process equilibrium. Collusion involves people or companies that would typically compete, but are conspiring or working together in which the outcome results in an unfair bid advantage. The parties may collectively choose to agree to increase or decrease its product base price in one or more zones to maximize awards thus denying the public a fair price. Examples of Bid Collusion: • Cover bidding: a competitor agrees to submit a non-competitive bid that is too high to be accepted or contains terms that are unacceptable to the buyer. • Bid suppression or withdrawal: a competitor agrees not to bid or to withdraw a bid from consideration. • Market sharing: a competitor agrees to submit bids only in certain geographic areas or only to certain public organizations. • Bid rotation: competitors agree to take turns at winning business while monitoring their market shares to ensure they all have a predetermined market share. Bidders or vendors who have been found to have engaged in collusion will be considered nonresponsive, and will be suspended or barred from bid participation. Any contract award resulting from collusive bidding may be terminated for default. Further, any collusion that is detected by the FSA may be reported to relevant law enforcement and/or prosecutorial agencies. Bidders may submit multiple bids without conflict of collusion if the bid submitted Is not from the same manufacturer and product line. Dealers which share the same ownership may submit multiple bids without conflict of collusion if the bidders are not in the same region featuring the same manufacturer and product line. 1.41 DEFAULT Failure or refusal of a bidder to execute a contract upon award or withdrawal of a bid before such award is made, may result in forfeiture of any bid surety required that is equal to damages incurred by the FSA there from, or where surety is not required, failure to execute a contract as described above may be grounds for removing the bidder from the awarded vendor's list. In case of default on the part of awarded bidder, the FSA may take necessary steps to otherwise procure the products sought, including but not limited to procuring the products or services from the next highest Page 17 46 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions ranked bidder or from other sources. A defaulting bidder may be held liable for costs incurred by the FSA in procuring replacement products. 1.42 PROTESTS AND ARBITRATION Options are for informational purposes only and will not serve as a basis for protest. Any person who is adversely affected by the decision or intended decision to award shall file a "Notice of Protest" in writing to the FSA within three (3) business days after the posting of the Intent to Award and shall file a formal written protest within five (5) business days after filing the Notice of Protest. Failure to file both a notice of protest and a formal written protest within the above referenced timelines shall constitute a waiver of proceedings. The burden is on the party protesting the award of the bid to establish grounds for invalidating the award(s). The formal written protest must state with particularity the facts and law upon which the protest is based. Failure to do so will result in a denial of protest. Formal written protest which states with particularity the facts and law upon which the protest is based will be reviewed by FSA legal counsel for legal soundness and validity, and corrective action will be taken as needed contingent upon the validity of such claims. However, any additional time required and cost incurred by the FSA to substantiate a protesting party's claim(s) beyond the normal scope of its legal review due to the vague or inconclusive nature of the protesting party's filing will be reimbursable to the FSA and deducted from the protesting party's bond or security which must accompany their filing. Any bidder who files an action protesting a decision or intended decision pertaining to this contract shall post a bond, cashier's check or money order payable to the Florida Sheriffs Association in the amount equal to ten percent of the product line being protested. The bond, cashier's check or money order must be tiled at the time of filing the formal written protest or within the five (5) business day period allowed for filing the formal written protest. FSA will provide the amount required within two (2) business days of the notice of protest received. This bond or security will be conditioned upon the payment of all costs which may be adjudged against the protesting party in a court of law and/or to reimburse the FSA for additional legal expenses incurred and required to substantiate the protesting party's claim(s). Failure to post the bond or security requirement within the time allowed for filing will result in a denial of protest. The filing of the protest shall not stay the implementation of the bid award by the Florida Sheriffs Association. Should the unsuccessful bidder(s) decide to appeal the decision of the FSA, they shall file a notice to FSA within three (3) business days of the FSA bid protest decision regarding their intent to request arbitration. A demand for arbitration with the American Arbitration Association's (AAA) commercial panel under its rules and regulations must be made within ten (10) business days of the FSA bid protest decision. Any person who files for an arbitration with the AAA shall post with the Florida Sheriffs Association at the time of filing the formal written arbitration request, a bond, cashier's check or money order payable to the Florida Sheriffs Association in the amount equal to ten percent of the product line being protested. This amount will be the same amount as the FSA provided at the time of filing the initial protest. Failure to provide written notice to FSA, file a demand for arbitration with the AAA, or failure to post the required bond and security requirement within the specified timelines shall constitute a waiver of arbitration proceedings. By responding to this procurement the bidder expressly agrees to the use of mandatory binding arbitration to resolve any appeals of the decision of the FSA, and any claims arising from or in any way relating to the procurement process, and expressly waives any and all rights that it may otherwise have to pursue such claims in any other forum, judicial or otherwise. Page 18 47 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions If the party fling for arbitration does not prevail, it shall pay all costs, legal expenses and attorney fees of the prevailing party incurred in connection with the arbitration. However, if the filing party prevails, the parties shall share equally the fees and expenses of the arbitration and AAA and each shall bear the cost of their own attorney fees. The filing for arbitration shall not stay the implementation of the bid award by the Florida Sheriffs Association. 1.43 NONPERFORMANCE By virtue of the bid submission, bidder acknowledges its obligation to sell vehicles and equipment in all zones for which it is awarded. Failure of the bidder to comply with these requirements may result in the imposition of liquidated damages of up to $1,000 per vehicle/equipment, which amount the vendor agrees is reasonable, or probation, suspension, termination or a combination thereof from current and future bids at the FSA's discretion. The vendor shall at all times during the contract term remain responsive and responsible. In determining vendor's responsibility, the FSA shall consider all information or evidence that demonstrates the vendor's ability or willingness to fully satisfy the requirements of the solicitation and the contract. Vendors that are not in compliance with any of the provisions of this contract can be assessed liquidated damages, suspended or terminated from the contract. The FSA at its sole discretion may remove a noncompliant vendor from future competitive bid solicitations; or take other actions including suspension from the contract until compliance issues are resolved, limit current or future vendor participation by specifications or zones, or other actions as determined by FSA at its sole discretion. At FSA's discretion, vendors may be required to develop corrective action plans to address contract compliance. Failure to abide by corrective action plans will result termination from the existing contract and future competitive bid solicitations at the discretion of the FSA. In situations where there is evidence that the vendor has engaged in egregious breaches of the contract with respect to either the FSA and/or the purchaser, the contract can be terminated and the vendor will be removed from future solicitations for a period of up to three (3) years, or a permanent ban from the bid process at the sole discretion of FSA. Specific conditions for termination include, but are not limited to; failure to perform, refusal to accept orders during the contract period while manufacturer orders are still being accepted for current model year or the new year if the vehicle is price protected by the factory, charging amounts exceeding MSRP on factory or vendor installed items and packages, requiring the purchase of additional options over and above the base vehicle as a condition of acceptance of order, providing aftermarket options where factory options are available without the consent of the purchaser, any misrepresentation of optional equipment or service as being factory that fails to meet the definition as described in this document, and any other practice deemed to be inconsistent with the intent of the contract. Any vendor presented with a valid purchase order is required by this contract to accept such purchase order and deliver the product. Orders must be fulfilled If the vehicle or equipment is a base model or whether it includes options. The vendor must deliver this product If they were awarded the contract — regardless of profit or loss. Failure to deliver the vehicles or equipment may result in the purchaser seeking damages for the difference of cost to issue the exact same order with another vendor plus any legal fees and damages that may be Page 19 48 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions incurred in the process to facilitate a completed order. Additionally, FSA may seek damages for nonpayment of administrative fees, to which FSA is entitled, according to Section 3.28 and any attorney's fees incurred in the recovery of these damages. All terms and conditions are applicable throughout the term of the contract and not any given Year, Make or Model. 1.44 SEVERABILITY In the event any provision of this contract is held to be unenforceable for any reason, the unenforceability thereof shall not affect the remainder of the contract which shall remain in full force and effect and enforceable in accordance with its terms. 1.45 TERMINATION FOR CAUSE if through any cause within the reasonable control of the vendor, it shall fail to fulfill in a timely manner, or otherwise violate any of the terms of this contract, the FSA shall have the right to terminate the services remaining to be performed. Written notice of the deficiencies shall be given to the vendor and unless the deficiencies are corrected within 10 business days, the Contract may be terminated for cause immediately. The right to exercise the option to terminate for cause shall be in the sole discretion of the FSA, and the failure to exercise such right shall not be deemed to constitute a waiver of this right. In that event, the FSA shall compensate the successful bidder in accordance with the contract for all services performed by the bidder prior to termination, net of any costs incurred by the FSA as a consequence of the default. Notwithstanding the above, the vendor shall not be relieved of liability to the FSA for damages sustained by the FSA by virtue of any breach of the contract by the vendor, and the FSA may reasonably withhold payments to the vendor for the purposes of off set until such time as the exact amount of damages due the FSA from the vendor is determined. 1.46 TERMINATION WITHOUT CAUSE The FSA can terminate the contract in whole or part without cause by giving written notice to the vendor of such termination, which shall become effective 30 calendar days following receipt by vendor of such notice. In that event, all finished or unfinished documents and other materials shall be properly delivered to the FSA. The vendor shall not furnish any product after it receives the notice of termination, except as necessary to complete the continued portion of the contract, if any. The vendor shall not be entitled to recover any lost profits that the vendor expected to earn on the balanced of the Contract or cancellation charges. Any payments to the vendor shall be only to the total extent of the FSA liability for goods or services delivered prior to the date of notice to terminate the contract. 1.47 CONTRACT ADVERTISM ENT AND USE OF FSA LOGO Page 20 49 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions The CPP logo is an official logo of the Florida Sheriffs Association designed to promote the program. The logo may be used by vendors in accordance with this policy. Use of the logo is limited to the original version received from the FSA. Modifications are not permitted. Methods of use include, but are not limited to: Electronic mediums such as websites, digital marketing campaigns, social media and e-mail; or Print media such as forms, marketing campaigns, business cards, posters, banners, brochures, flyers and postcards. Vendors may request the logo by contacting cpp@flsheriffs.ore, and should include a brief description of the how the vendor intends to use the logo. The official FSA sheriffs star and wreath logo may not be used without prior written permission. Page 21 50 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 2.0 BIDDER INSTRUCTIONS 2.01 BIDDER QUALIFICATIONS In order for bids to be considered, bidders who are not currently parties to the existing contract must provide the following material at the time the mandatory qualifying documents are due. FSA reserves the right to accept this information up and until the final award. The purpose of requesting this information is to demonstrate that they are qualified to satisfactorily perform as an awarded vendor. The bidder shall provide information as on the Bidder Qualifications Form: • Bidder company name and parent company, if applicable • Complete business address • State of incorporation • Length of time in business • Names and contact information for key personnel • Dun & Bradstreet Business Information Report Snapshot • Identify a minimum of three contracts of similar size and scope • Identify a minimum of three references for vehicle or equipment sales to government agencies • Any contracts the bidder has been disqualified from, terminated from or found in default on, to include the reason for disqualification, termination or default 2.02 LICENSING/FACILITIES Bidders are required to possess a Florida Motor Vehicle Dealer's License in order to bid on any motor vehicle. Bidders must maintain a repair/warranty facility within the State of Florida to provide sales and service for the vehicles and equipment bid. If a bidder does not maintain a facility to perform warranty work or repair service within the state of Florida, the bidder must provide a detailed plan at the time of bid submission as to how the bidder would service Florida purchasers if awarded the contract. This Service Standard Plan must include: • Whether the warranty service provider is approved by the manufacturer; • Estimated quantities sold per item bid; • If the company plans to contract out for service a copy of the service agreement; and • Zone specific service plans to include: o Response time to initial call from purchaser, o Number of personnel available to service the contract, o Qualifications of personnel providing warranty work, and o Any additional information that would detail how warranty service would be provided. The sufficiency of Service Standard Plan will be evaluated by the FSA during the bid evaluation. The FSA reserves the right to periodically request additional or updated information from a bidder regarding the repair/warranty facility during the solicitation and the term of the contract, if awarded. The FSA may also exercise discretion in examining such facility as deemed necessary. 2.03 INSURANCE AND INDEMNIFICATION Page 22 51 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Vendor shall be fully liable for the actions of its agents, employees, partners, or third party suppliers and shall fully indemnify, defend, and hold harmless the Florida Sheriffs Association, the participating agencies, and their officers, agents, and employees from suits, actions, damages, and costs of every name and description, including legal counsels' fees, arising from or relating to personal injury and damage to real or personal tangible property alleged to be caused In whole or in part by bidder, its agents, employees, partners, or third party suppliers; provided, however, that the bidder shall not indemnify for that portion of any loss or damages resulting directly from the negligent acts or omissions of the Florida Sheriffs Association and participating agencies or proximately caused by intentional wrongful acts or omissions of the Florida Sheriffs Association and participating agencies. Vendor's obligations underthe above paragraph with respect to legal action are contingent upon the Florida Sheriffs Association and/or participating agencies giving the bidder (1) written notice of any action or threatened action, and (2) the opportunity to take over and settle or defend any such action at bidder's sole expense. Vendor shall not be liable for any cost, expense or compromise incurred by the Florida Sheriffs Association, or participating agencies, in any legal action without bidder's prior written consent, which consent shall not be unreasonably withheld, conditioned, or delayed. The vendor shall be responsible for the work and every part thereof, and for all materials, tools, appliances and property of every description, used in connection with this particular project. The vendor shall specifically and distinctly assume, and does so assume, all risks of damage or injury to property or persons used or employed on or in connection with the work and of all damage or injury to any person or property wherever located, resulting from any action or operation under the contract or in connection with the work. It is understood and agreed that at all times the vendor is acting as an independent contractor. The vendor at all times during the full duration of work under this contract, including extra work in connection with this project shall meet the requirements of this section. The vendor shall maintain automobile liability insurance including property damage covering all owned, non -owned or hired automobiles and equipment used in connection with the work. The vendor shall maintain comprehensive general liability insurance and general aggregate insurance in the amount and coverage levels specified on the Insurance Checklist. The vendor shall maintain insurance to cover garage operations in the amount specified on the Insurance Checklist. No change or cancellation in insurance shall be made without 30 calendar days written notice to the FSA. All insurance policies shall be issued by companies authorized to do business under the laws of the State of Florida and these companies must have a rating of at least B+: VI or better per Best's Key Rating Guide, latest edition. Copies of original signed Certificates of Insurance, evidencing such coverages and endorsements as required herein shall be provided no later than five business days before the contract award date. The certificate must state Bid Number and Title. The vendor may not begin performance under the contract until such Certificates have been approved by the FSA. Upon expiration of the required insurance, the vendor must submit updated certificates of insurance for as long a period as any work is still in progress. Page 23 52 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions It is understood and agreed that all policies of insurance provided by the vendor are primary coverage to any insurance or self-insurance the FSA possesses that may apply to a loss resulting from the work performed in this contract. All policies issued to cover the insurance requirements herein shall provide full coverage from the first dollar of exposure. No deductibles will be allowed in any policies issued on this contract unless specific safeguards have been established to assure an adequate fund for payment of deductibles by the insured and approved by the FSA. The liability insurance coverage shall extend to and include the following contractual indemnity and hold harmless agreement: The vendor hereby agrees to indemnify and hold harmless the FSA, a 501(c)3, its officers, agents, and employees from all claims for bodily injuries to the public and for all damages to the property per the insurance requirement under the specifications including costs of investigation, all expenses of litigation, including reasonable legal counsel fees and the cost of appeals arising out of any such claims or suits because of any and all acts of omission or commission of any by the vendor, his agents, servants, or employees, or through the mere existence of the project under contract. The foregoing indemnity agreement shall apply to any and all claims and suits other than claims and suits arising out of the sole and exclusive negligence of the FSA, its officers, agents, and employees, as determined by a court of competent jurisdiction. The vendor will notify the insurance agent without delay of the existence of the Hold Harmless Agreement contained within this contract, and furnish a copy of the Hold Harmless Agreement to the insurance agent and carrier. The vendor will obtain and maintain contractual liability insurance in adequate limits for the sole purpose of protecting the FSA under the Hold Harmless Agreement from any and all claims arising out of this contractual operation. The vendor will secure and maintain policies of third party suppliers. All policies shall be made available to the FSA upon demand. Compliance by the vendor and all third party suppliers with the foregoing requirements as to carrying insurance and furnishing copies of the insurance policies shall not relieve the vendor and all third party suppliers of their liabilities and obligations under any section or provisions of this contract. Vendor shall be as fully responsible to the FSA for the acts and omissions of the third party suppliers and of persons employed by them as he is for acts and omissions of persons directly employed by the vendor. Insurance coverage required in this contract shall be in force throughout the contract term. The required Insurance Checklist summarizes the bidder's insurance obligations, if awarded. The FSA can request and the vendor shall furnish proof of insurance within seven calendar days of receipt of the written request from FSA. Should the vendor fail to provide acceptable evidence of current insurance during the contract term, the FSA shall have the right to consider the contract breached and justifying the termination thereof. If bidder does not meet the insurance requirements; the FSA may consider alternate insurance coverage. Page 24 53 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 2.04 SPECIFICATIONS All units covered by this Contract and the specifications shall be the manufacturer's current basic production model, and shall, as a minimum, be equipped with all standard factory equipment in accordance with the manufacturer's latest literature unless otherwise noted in the bid document. If awarded, bidders must supply a unit that either meets or exceeds all the requirements included in the applicable detailed specifications. The bid specifications are contained on the FSA bid system. The FSA base specifications are incorporated in this document by reference. All bidders will be required to provide information requested on the FSA bid system or may have their bid rejected. All vehicles, equipment, and options provided must be designed, constructed, and installed to be fully suitable for their intended use and service. 2.05 FIXED PRICES If the bidder is awarded a contract under this Invitation to Bid, the prices quoted by the bidder at the time of bid submission shall remain fixed and firm during the term of this contract, unless otherwise addressed in a contract extension or price adjustment as provided in this Contract. 2.06 DISCOUNTS Discounts listed in heavy vehicle and heavy equipment bids shall be below Manufacturer's Standard Retail Pricing (MSRP) or manufacturers published list price for any vehicle, equipment and options. The vendor has the authority to offer additional discounts based on quantity, as well as additional manufacturer or vendor discounts. Discount ranges are not permissible. Discounts must be a whole, positive percentage with no decimal place (e.g.10%). 2.07 SEALED BIDS For purposes of this solicitation, a sealed bid is considered a bid submitted using VendorUnk. 2.08 EXCEPTIONS, OMISSION AND ERRORS Any exceptions, deviations, or contingencies a bidder may have to specifications or Contract Conditions, Section 3.0 of this document, must be documented in bidder's submission. Exceptions to the specifications at the time of the bid submission shall reference the specification or item number and a written explanation for the request for exception. At FSA's discretion, exceptions, deviations, or contingencies to the specifications or Contract Conditions stipulated by the bidder may result in disqualification of a bidder's submission. Page 25 54 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Specifications are based on the most current manufacturer literature available. Bidders should immediately notify the FSA of any inaccuracies in the specifications or required submittal documents. All notifications of inaccuracies must be in writing and timely submitted. Failure of a bidder to comply with these provisions will result in bidders being held responsible for all costs required to bring the vehicle into compliance with the contract specifications. Exceptions, deviations or contingencies to the General Conditions or Bidder Instructions, other than those determined to constitute minor irregularities and waived by the FSA pursuant to Section 2.26, may be cause for the rejection of a bidders submission. 2.09 MISTAKES Bidders are expected to examine the specifications, delivery schedules, bid prices and all information pertaining to servicing this contract before submitting a bid. Failure to do so will be at the bidder's risk. 2.10 EQUIVALENTS Bidders must first request approval from the FSA before submitting a bid that includes an equivalent that will supplement an item on the base specification. The FSA will determine whether the proposed equivalent is equal to or exceeds the quality, design and construction than the intended replacement item in the base specification. Bidders must provide the manufacturer name and model number (or product identifier) of each equivalent when seeking approval. Complete, descriptive, technical literature should demonstrate that the equivalent conforms with specific replacement item. If the equivalent is approved, the bidder must include the supporting material in the bid submission. Bids will not be considered without this information. If a bid uses equivalents without prior approval, the bid will be deemed nonresponsive. Vendors offering alternate makes and manufacturers of vehicles or equipment that are not specifically identified in the bid, cannot publish or offer the unapproved equivalents. Offerings of this nature will cause the bid to be rejected. If such offerings are identified after the award has been granted, the offerings, specification or entire award can be removed by the FSA. When selling equivalents, vendors must disclose to the purchaser that an approved equivalent is being offered. 2.11 MANDATORY PRE -BID MEETING Prospective bidders are required to attend or participate in the mandatory Pre -Bid Meeting in accordance with FSA requirements. The Pre -Bid Meeting is designed for vendors, the Fleet Advisory Committee and the FSA to meet in person to clarify questions on the terms and conditions and to confirm all base specifications are correct. Page 26 55 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 2.14 OPTION PRICING The bidder shall offer discount below Manufacturer's Standard Retail Pricing (MSRP) or manufacturers published list price for any factory options included in the bid submission and quotes to purchasers, if awarded. FSA requests vendors include most frequently purchased scheduled, factory and aftermarket options in the bid. Options are intended to add or delete equipment or features from the base specification. Options can provide an upgrade or downgrade to a manufacturer's model, such as a slightly different engine size or horsepower, and should not be made available for purchase separate from the base vehicle or equipment. Bidders shall NOT use options to create a vehicle or equipment that is entirely different than the FSA base specification or are available as another specification bid on this ITB. Bidder must use proper factory codes for all factory options. Options available through the factory may be bid and supplied to purchaser as "factory" options, unless otherwise requested in writing by the purchaser. The FSA has the discretion to disqualify bidders if the option pricing is excessive or if options listed are not available for the item bid. Option pricing will include all costs of labor associated with the option and cost of labor should not be listed separately within the bid. Section 2.15 contains specific instructions and exceptions for emergency lights and sirens. If a bidder will offer registration and title services as a fee for service, the bidder must include the administrative fee as a separate option (i.e. line item) for each item bid, see Section 3.23 for additional details. Government imposed fees should not be included in this option pricing. No other additional charges or fees are admissible. For purposes of this bid, Emergency Lights and Sirens will require a separate pricing sheet upload in the bid system. See Section 2.14 for details on emergency lights and sirens. If options are not available as a stand alone option, the 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. . Factory package options are allowable under this contract. Factory package options must be included in the options within the bid document and detailed specifically as to what components the package includes. When calculating the price for a manufacturer's option requested in this bid that is not listed as an option in the manufacturer's order guide (i.e. model or engine upgrade), the bidder must calculate the option price as the net difference between vendor cost on the representative base vehicle and the total MSRP of the requested option modifying the vehicle. A bidder may bid less than this price, but at no time charge more than the calculation provided here. 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 determined nonresponsive and the bid will be rejected in whole or part by the FSA. Page 28 56 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 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 Cob & Chassis in order to circumvent the bid award winner for the 30,000 lb. GVWR Cab & Chassis. Purchasers are encouraged to negotiate option pricing with vendors. Discounts can be provided beyond option prices listed in the contract. The additional discounts for each add option shall be decided by the vendor. Option Upload The bid system will accept option information from bidders through a .pdf file upload. The option information required for the bid submission of the options under each bid specification number include: • Bid Item number (FSA item specification number) • order code (Manufacturer order code) • Description • Price The options will correspond to the specification or item number. Multiple options may be listed for each each specification or item number bid. Therefore, bidders that do not indicate the correct item number with the option information bid will not have options displayed for the item bid. If option pricing is not uploaded correctly, FSA may require bidders to correct the formatting of the options, but pricing may not be modified. Failure of the bidder to make corrections may cause the bid to be rejected. If the bidder wishes to offer credit to the purchaser for an option that is standard on the FSA base specification, the bidder should Include the word "Credit" at the beginning of the description, and continue to describe the option being credited. For example, "Credit: one key fob" that corresponds with the price the bidder will credit the purchaser. 2.15 EMERGENCY LIGHTS AND SIRENS Under Florida Statute 316.003(1), authorized emergency vehicles are defined as: Vehicles of the fire department (fire patrol), police vehicles, and such ambulances and emergency vehicles of municipal departments, public service corporations operated by private corporations, the Fish and Wildlife Conservation Commission, the Department of Environmental Protection, the Department of Health, the Department of Transportation, and the Department of Corrections as are designated or authorized by their respective department or the chief of police of an incorporated city or any sheriff of any of the various counties. Bidders that will provide or contract to provide emergency light and siren installation must also submit Emergency Vehicle Technician Certifications for the individuals working for the bidder or the designated third -party supplier who will perform the installation. FSA reserves the right to accept certifications up and until final award. Vendors that will install emergency lights and sirens are required to provide and install products that are Society of Automotive Engineers (SAE) certified. SAE Certifications must include Class 1, Class 2 and Class 3 Page 29 57 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions In order to be eligible for participation in the Contract. If a lighting or siren product installed on an emergency vehicle is not SAE Certified, the vendor can be found in default of the Contract. Prices submitted for emergency lights and sirens shall include all applicable government imposed fees. Labor may be charged for the installation of emergency lights and sirens. Labor rates must be disclosed as part of the bid submission. For vehicles that are manufacturered with emergency lights and sirens, including motorcycles, bidders may not charge for labor, emergency lights or sirens that come from the factory equipped with these features as standard equipment. Bid Submission of Emergency Lights and Sirens Bidders will be asked to provide pricing for emergency lights and sirens by submitting a pricing sheet. The bid system will receive pricing through a standardized Excel file. The pricing sheet will include: • Group • Order code • Description • Price (part only) • Labor hours • Labor cost per hour 2.16 SUBMITTAL OF BID Bidders are required to submit a bid using the FSA bid system, VendorLink. Bid submissions include pricing for the base specification, option descriptions and pricing, and any applicable lighting/siren pricing, as well as all other required documentation. The bid must be received by the date and time specified on the Bid Calendar. Failure to meet all submission requirements by the date indicated on the Bid Calendar will result in rejection of the bid. Bid System: VendorLink Bidders must submit their bid electronically using the on the FSA bid system, which is located at https://www.mvvendoi-iiiik.coiT;. Bids not submitted within VendorLink will be rejected. Bidders are encouraged to participate in training provided for Vendorlink. User names and passwords will be issued to qualified after registering In the bid system, qualified bidders will be invited to bid. Prices are to be rounded to the nearest whole dollar (i.e. $10, not $10.05). The bid system allows for cents, however the bid evaluation is based on the whole dollar. If a bidder submits bid pricing using cents, the following formula will be applied: • $.01-.49 will be rounded down to the prior dollar bid (e.g. $50.49 = $50) • $.50-.99 will be rounded to the next dollar (e.g. $50.50 =$51) Bid Submission To ensure correct bid submittal and formatting, Bidders shall: 1. Submit bid electronically through the FSA bid system, VendorLink, for the applicable bid. Page 30 58 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 2. Input bid price in the bid system price field within each specification being bid. 3. Upload files only in MS Word (.doc or .docx), Excel (.xls or .xlsx), and PowerPoint (.ppt or .pptx); Adobe Portable Document Format (.pdf); or Compressed File (ZIP) formats. 4. Enable printing on files submitted. S. Separate and identify each part of the submission (i.e. document type, form type, content type) with a divider/separation page.) 6. Bids must be input into the standardized format in VendorLink. 7. Contact VendorLink technical support at support@evendorlink.com, if technical difficulties arise during bid submission. 8. Follow all instructions outlined in this Invitation to Bid and provide all requested information. The bid submitted in VendorLink shall include the following documents: • Executed Contract Signature Page • Build sheet in a single merged .pdf document for each item bid as prescribed in the FSA bid system. o A build sheet is a document from the bidder or manufacturer that confirms that the vehicle or equipment bid matches the FSA base specification. If using the manufacturer's print-out, the document shall include the FSA bid specification item number, and indicate the manufacturer's base model code and display the standard equipment required to provide the base vehicle or equipment as outlined in the FSA base specification. For example, manufacturer print-outs can include Ford — Dora, General Motors — GM Autobook. Carbook Pro build sheets are acceptable. If vendor -installed aftermarket components are used to meet the base specification and these components must be identified on the build sheet. Build sheets for each item bid must be complied into a single .pdf document. Build sheets should be in numerical order by specification, dearly identifiable by specification or item number, and include model name and number. if FSA cannot determine which specification the build sheet is for, the item bid can be rejected as nonresponsive. • Option pricing required as a single merged .pdf document as prescribed in the FSA bid system. • Pricing Sheet for Emergency Vehicle Lights and Sirens, if applicable. • Emergency Vehicle Technician Certifications, if applicable. • Service Standard Plan, Section 2.02, if applicable. • Any requested equivalents, Section 2.10, or exceptions, Section 2.08. • Certificates of Insurance, as applicable for policies in existence at the time of bid submission FSA may ask awarded bidders to supply one hard copy set with original, written signatures and original compliance forms, prior to the contract execution. Hard copy bids should not be submitted unless specifically requested by FSA. 2.17 ZONE BIDDING Bidders are allowed to bid in one or more geographic zones. The zone map is included in Appendix B. A space is provided for the bidder to indicate pricing for each zone. The bidder only submits a bid for each zone if pricing is provided for each zone. Page 31 59 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 2.18 EXECUTION OF BID By submitting a response to this Invitation to Bid, the bidder agrees to the terms and conditions of this contract and to be bound by such terms and conditions if selected for award. The bidder must submit the Contract Signature Page with the signature of an authorized representative no later than the date of the final award. 2.19 MODIFICATION OR WITHDRAWALS OF BIDS A bidder may submit a modified bid to replace all or any portion of a previously submitted bid until the due date and time listed in the Bid Calendar. Modifications received after the bid due date and time will not be considered. Bids can be withdrawn in writing prior to the contract award. If a bidder believes that the bidder must withdraw the bid, the bidder must contact FSA immediately. Bid withdrawals are handled on a case by case basis, and can result in a limitation of participation in future bids. 2.20 LATE BIDS The responsibility for submitting a bid before the stated due date and time on the bid calendar is solely and strictly the responsibility of the bidder. The FSA is not responsible for delays caused by technical problems, any Internet outages or delays incurred by electronic delivery, or any other occurrence. Any reference to time will be based on Eastern Time. 2.21 BID OPENING Bids shall be opened on the date and time specified on the Bid Calendar. The bid opening will occur at the Florida Sheriffs Association, 2617 Mahan Drive, Tallahassee, Florida. FSA shall read the bidder name and verify that the bidder successfully input the bid within the timeframe prescribed for bid submission in the Bid Calendar. 2.22 DETERMINATION OF RESPONSIVENESS Determination of responsiveness will take place at the time of bid opening and evaluation. In order to be deemed a responsive bidder, the bid must conform in all material respects to the requirements stated In the Contract. As set forth in section 2.27, FSA reserves the right to waive or allow a vendor to correct minor irregularities. 2.23 RESPONSIBLE BIDDER CRITERIA Bids will be evaluated to determine if eligibility and contract requirements are met. Responses that do not meet all requirements of this Invitation to Bid or fail to provide all required information, documents or materials may be rejected as nonresponsive. Page 32 60 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Bidders whose responses, past performance, or current status do not reflect the capability, integrity, or reliability to fully and in good faith perform the requirements of the Contract may be rejected as non - responsible. In determining a responsible bidder, the following factors may be considered: • Adequacy of facilities, staffing, and financial resources; • Previous experience with FSA contract or other similar government contracts; • Ability to provide excellent customer service, including previous FSA contracts; • Any other information relevant to the responsibility of a vendor that FSA is aware of. In addition to the requirements of Section 2.01, FSA reserves the right to request staffing, performance and financial information from any bidder during the evaluation process if FSA determines this information is necessary to award the bid. FSA reserves the right to determine which responses meet the requirements, specifications, terms and conditions of the solicitation, and which bidders are responsive and responsible. FSA further reserves the right to limit participation of bidders who, in FSA's sole discretion, are determined to present responsibility concerns that call into question the bidder's ability to perform but that do not rise to the level of requiring rejection of the bidder as nonresponsible. 2.24 BASIS FOR AWARD The FSA shall make awards to the lowest bidder by specification, by manufacturer and by zone to bidders deemed to be responsive and responsible. Awards may also be made to the second and third lowest bidders by specification, by manufacturer and by zone, if applicable and determined to be in the best interest of the FSA and the purchaser. The Fleet Advisory Committee serves as the initial review for bid submissions. The Fleet Advisory Committee's review is submitted to the FSA for final evaluation and determination of award. The options in the bid shall be for informational purposes only and will not serve as a basis for bid protest. However, the FSA has the discretion to consider option pricing in making the award if doing so would be in the best interests of the FSA or the purchaser. FSA reserves the right to accept or reject any and all bids, and to waive any minor irregularity, technicality or omission if it determines that doing so will serve the purchaser's best interest. 2.25 FIRM BID Bidder warrants by virtue of bidding it is submitting a firm bid and the prices quoted in their bid response will be good for an evaluation period of sixty (60) calendar days from the date of bid opening, and if awarded through the duration of the contract unless otherwise addressed by a contract extension or price adjustment as provided in this contract. By virtue of the bid submission, bidder acknowledges its obligation to sell vehicles and equipment in all zones for which it is awarded. Failure of the bidder to comply with these requirements may result in the imposition of liquidated damages of up to $1,000 per vehicle or equipment, which amount the vendor Page 33 61 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions agrees is reasonable, or probation, suspension, termination or a combination thereof from current and future bids at the FSA's discretion. 2.26 BID TABULATIONS The Bid Tabulation report will be posted on the FSA Cooperative Purchasing Program website after the bid submission closes as indicated in the Bid Calendar. https://www.fisheriffs.org/love. enforcement- programs/cooperative-purchasing-program/dealers-only. If there is a delay in posting the bid tabulation results, FSA will post a notice of the delay and a revised date for posting of results. 2.27 MINOR IRREGULARITIES/RIGHT TO REJECT The FSA has the right to accept or reject any and all bids, or separate portions thereof, and to waive any minor irregularity, technicality or omission if the FSA determines that doing so will serve its best interest or the best interest of the purchasers. A minor irregularity is a variation from the terms and conditions of this procurement that does not affect the price of the bid or give the bidder a substantial advantage over other bidders and thereby restrict or stifle competition and does not adversely impact the interests of the FSA or the purchasers. At its option, the FSA may allow a bidder to correct minor irregularities but is under no obligation to do so. In doing so, the FSA may request a bidder to provide clarifying information or additional materials to correct the irregularity. However, the FSA will not request and a bidder may not provide the FSA with additional materials that affect the price of the bid, or give the bidder an advantage or benefit not enjoyed by other bidders. The FSA may also reject any bids not submitted In the manner specified in this document. 2.28 CONE OF SILENCE This Invitation to Bid is subject to the Cone of silence that begins the date the bid submission opens through the bid award date and effective date of the awarded contract as indicated in the Bid Calendar. During this period all communications regarding this solicitation between FSA and Bidder will cease, except for procedural questions, questions regarding problems incurred in the use of the the bid system, or communications initiated by the FSA. All permitted communications during this period shall be made in writing to the procurement contacts identified in Section 1.01 of this Invitation to Bid. FSA is not responsible for bidder's improper use of the bid system. Exceptions will be granted to this section should any bid system malfunctions occur. Page 34 62 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 3.0 CONTRACT CONDITIONS 3.01 GENERAL REQUIREMENTS Once the bid has been awarded, the terms and conditions of this document become the Contract between the FSA and the awarded vendor. The terms and conditions apply to all vehicles and equipment purchased from this contract. 3.02 STATEMENT OF AUTHORITY Each person signing the Contract warrants that he/she is duly authorized to do so and binds the respective party to the Contract. 3.03 VENDOR CONTACT INFORMATION The vendor will maintain current contact information with FSA at all times. If a change occurs during the contract, the vendor must notify FSA immediately. The Vendor Change Document must be completed, signed by an authorized representative and submitted via e-mail to CPWIsheriffs.or . A sample Vendor Change Document can be found in Appendix A and on the FSA website. 3.04 OPTION TO RENEW & PRICE ADJUSTMENT Renewal option The contract may be renewed by mutual agreement, initiated at the discretion of the FSA, for up to two (2) additional years, on a year to year basis. The FSA reserves the right to in its sole discretion elect to renew the contract in whole or in part. 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. Price Adjustment On an annual basis during the 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, as a result of any changes to national or state standards that require substantial cost adjustments, significant manufacturer changes to the production of and specification design, or in the event of material changes in tariffs that result in cost increases of 15% or more. The price adjustment request may be considered and implemented by FSA on an annual basis during the initial term, or upon the completion of the initial term or a 12-month renewal period. Price adjustments will be implemented upon request from a vendor or in the event that the FSA determines in its sole discretion that such a price adjustment is warranted. Page 35 63 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Prices may be increased or decreased by the percentage change reflected in the nationally published PPI. FSA shall determine the PPI based on the most recent published PPI initiated at the time of renewal that best reflects adjustments to the economy over the previous 12 months. In the event of changes to national or state standards, the vendor must present verifiable changes In cost to FSA. The FSA will consider the cost changes and will make a final determination on the change in price. In cases where manufacturers have significant changes to production and specification design to an awarded item, FSA will consider certified manufacturer price changes and may allow price adjustments to reflect such changes in price from the manufacturer to the awarded vendor. For any vendor -initiated price adjustment to commence on the first day of the renewed contract term, extension or the end of a 12-month period, the vendor's request or adjustment should be submitted one hundred and twenty (120) calendar days prior to expiration of the then current contract, extension or 12- month period. The vendor4nitiated price adjustment request must clearly substantiate the reasons for the requested increase. If no request is received from the vendor, the FSA will assume that the vendor has agreed that the optional term may be exercised without pricing adjustment. Any adjustment request received after the commencement of a new option period will not be considered. The FSA reserves the right to accept the renewal adjustment or to allow the contract to fully or partially terminate and readvertise for bids, whichever is in the best interest of the FSA. 3.05 ADDITIONS AND DELETIONS The FSA reserves the right to add or delete any items from this bid or resulting contract when deemed to be in the best interest of FSA and the participating purchasers. FSA reserves the right to remove, discontinue or suspend the sale or offering of any product within the Invitation to Bid document or existing contract, at its discretion. This decision to take action may be based upon and not limited to: • Few or no sales; • Product recalls and other safety issues; • Vendor/Manufacturer performance; or • Lack of relevance of products. 3.06 EQUITABLE ADJUSTMENT The FSA may make an equitable adjustment to the contract terms or pricing at its discretion. 3.07 CONDITIONS It is understood and agreed that any item offered or shipped as a result of this bid shall be the most current model offered, i.e. the most current production model at the time of this bid. Page 36 64 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 3.08 PRODUCTION CUTOFF Vendor shall notify the FSA in writing no less than sixty (60) calendar days prior to the close of final order date by the manufacturer when the final order date is during the term of the contract. Notification shall be provided in writing. Purchase orders received by the vendor ten (10) business days prior to the final order date must be accepted and entered into the order system with the manufacturer. If a purchase order has been timely received by the vendor or the manufacturer, and the manufacturer fails to produce or deliver the production yearvehicle, the vendor must provide the next year's equivalent model at current contract prices. Purchase orders issued and received after the production cutoff date will be subject to availability. In this case, the vendor and manufacturer have the discretion whether to choose to provide next year's model at current year's prices until the end of the contract term. if the manufacturer cutoff date is during the term of the contract and will affect the purchaser's ability to obtain the specifications, FSA may consider substitutions from the same manufacturer. 3.09 FACILITIES The FSA reserves the right to inspect the vendor's facilities at any time with prior notice. 3.10 SUBSTITUTIONS The FSA or purchasers will NOT accept substitutes of any kind. Vendors are expected to furnish the brand quoted in the bid once awarded. Any substitutes will be returned at the vendor's expense. Delivery of substitutes and the delay in supplying the correct specification can be deemed grounds for termination for default. 3.11 POLICE RATED VEHICLES & MOTORCYCLES Vehicles in this category have been reviewed by one or more of the nationally recognized authorities on Police Vehicle Testing Program/Evaluation. These evaluations are not designed to recommend a particular product, but to serve as a resource for vehicles which are currently being offered for law enforcement service. To see the full detailed report click or copy the links below. The importance with which each individual phase is weighted in these evaluations is a subjective decision which should be made by each agency based upon that agency's needs. For the purposes of this bid, the following are recognized authorities: State of Michigan, Department of State Police and Department of Technology, Management and Budget Police Vehicle Evaluation Program Page 37 65 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions httos: www.michiaan.eov/documents/msp12019MYPoliceVehicleEvalkiationTestBook 639203 7.pdf Los Angeles County Sheriffs Department Law Enforcement Vehicle Test and Evaluation Program Vehicles: httos://www.lasd.ora/pdiis/web/viewei-.html?file=VehicieTestBooklet.iodf Motorcycles: https://vnvw.lasd.orp,/pdf/2017 MotorcycleiestBooklet 12192017.Ddf 3.12 SPECIAL SERVICE VEHICLES Vehicles in this category in some cases have been reviewed by one or more of the nationally recognized authorities on Police Vehicle Testing Program/Evaluation. These vehicles are labeled as Special Service Vehicle (SSV) and often used in public safety applications and other areas of government. Refer to manufactures published information for detailed information regarding these vehicles. 3.13 CAB AND CHASSIS PURCHASES Cab and Chassis can be purchased from the vendor without any required additional fitting by the vendor. If an incomplete chassis is sold to an agency, then the vendor is not responsible for the tag and title. Vendors are responsible for tag and title work If the chassis is completed by the vendor or the vendor's contracted third party supplier. FSA highly recommends that all upfitting of cab and chassis be performed by vendors who are licensed and certified to perform such work to avoid unnecessary exposure to future liability. The requirements of Florida Statute 319.21 related to the manufacturer statement of origin apply to cab and chassis purchases. 3.14 FACTORY INSTALLED All options specified as factory installed are to be installed on the vehicle at the primary site of assembly and is to be the manufacturers standard assembly -line product. No aftermarket and no vendor -installed equipment will be accepted as factory installed. Vendors found supplying aftermarket or vendor -installed equipment where factory installed are specified may be required to retrieve all delivered vehicles and reorder new vehicles meeting the specifications. Ail factory ordered options are to be original equipment manufacturer (OEM) and factory installed unless otherwise noted by the vendor and acknowledged in writing by the purchaser. Verbal agreements will not be recognized. Aftermarket parts, modifications, and factory produced parts and components ordered and installed by a vendor that do not meet the requirements of factory installed components, will be rejected for noncompliance with the requirements of the specification. In the event that a component that does not meet the specifications is found installed on a vehicle before or after the vehicle has been accepted by the purchaser, the vendor shall be required to replace the vehicle Page H 66 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions with a vehicle that meets the required specifications, including factory installed components. In the alternative, the purchaser shall decide whether they will accept vendor installed components. 3.15 VENDOR INSTALLED OPTIONS All vendor -installed accessories or options shall be installed according to the manufacturer's specifications. Examples include, but are not limited to a roll bar, trailer hitch, etc. All such accessories must be manufactured by an established manufacturer of the product provided. Vendor is required to disclose Make and Model of product being offered and the location, design, and model must be approved by the purchaser prior to Installation. Prior to any purchase, the vendor must also disclose the warranty of any item that is less than or exceeds the factory vehicle or equipment warranty coverage. A vendor that employs a third -party supplier or subcontracts technicians to install emergency equipment on vehicles purchased on this contract is required to utilize technicians that are certified in Law Enforcement Vehicle Installation through EVT Certification Commission, Inc. or an approved equivalent. The FSA may at any time during the contract period request proof of the required certification. Any vendor that violates this provision will be considered in default of the contract. FSA may terminate the contract in accordance with Section 1.45 of this Invitation to Bid. 3.16 NON-SCHEDULED OPTIONS FSA requests vendors include most frequently purchased scheduled, factory and aftermarket options in the bid document. If a purchaser requests a non-scheduled option that is not included in the bid document, the vendor may provide this non-scheduled option. The purchaser has the opportunity to request the vendor's discount pricing for any non-scheduled options during the quote process. At no time should the non-scheduled option exceed MSRP or Published List Price. Non-scheduled options should be listed as a separate line item and noted on the purchase order to include the price. All non-scheduled options are covered under these terms and conditions. 3.17 FORCE MAJEURE A vendor shall not be penalized for a delay resulting from the vendor's failure to comply with delivery requirements if neither the fault nor the negligence of the vendor or its employees contributed to the delay and the delay is due directly to acts of God, wars, acts of public enemies, strikes, fires, floods, or other similar cause wholly beyond the vendor's control, or for any of the foregoing that third party suppliers if no alternate source of supply is available to the vendor. 3.18 DELIVERY TIME Vendors shall specify the estimated delivery time in calendar days for each item. The purchaser should consult the vendor regarding vehicle production schedules. Delivery shall be within the normal working hours of the user, Monday through Friday, excluding holidays. Page 39 67 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 3.19 ORDER The vendor shall submit a copy of the purchase order to the FSA within 1S calendar days of receipt from the purchaser. To initiate a purchase, a purchaser issues a purchase order to the vendor, which shall include: • The contract number and title, • Specification number, • Purchaser's federal identification number, and • Name, phone number and email address for the point of contact at the purchasingagency. Delivery or due dates should be discussed with the vendor at the time the quote is provided to the purchaser, or if no quote is provided, when the purchase order is delivered to the vendor. It is important to note that vendors do not have any control over production delays in schedules from the manufacturer. While it is recommended that an agency purchase from the zone which is closest to their location, it is not mandatory to do so. If the purchaser determines that a vendor in another zone can better serve the purchaser's needs, the purchaser may order from a vendor in another zone. Vendors that provide vehicles or equipment outside of an awarded zone may upon mutual agreement between the vendor and the purchaser charge a delivery fee. The purchaser should forward an executed copy of the purchase order to the FSA at the same time the purchase order is sent to the vendor. Emails or hard copies are acceptable. Emails can be sent to coop@flsheriffs.org. If a vendor receives a purchase order for a specification for which they were not awarded, the vendor must notify the purchaser and return the purchase order to the purchaser within three (3) business days. All vehicles ordered prior to production cut off and in accordance with the contract shall be supplied in the manufacturer's next model run of that class vehicle even if it requires supplying a later model at the original bid prices. Vendor shall place the order with the manufacturer within 10 business days of receipt of the purchase order. The vendor shall assure that all orders are placed in full compliance with the specifications and the terms and conditions of the Contract and the purchase order. It is the vendor's responsibility to ensure that the vehicle or equipment ordered by the purchaser is fully compatible with all ordered options and that the vehicle complies with all applicable manufacturer and industry standards. The vendor's acceptance of a purchaser's order will indicate that the vendor agrees to deliver a vehicle that will be fully compatible with all of its options. Any changes that are required to bring a vehicle or equipment into compliance with the various options due to an incorrect order will be accomplished at the vendor's expense. A Confirmation of Order form shall be completed by the vendor and returned to the purchaser 14 calendar days from receipt of purchase order without notification by the purchaser. An example Confirmation of Order form is included in Appendix C. Page 40 68 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Any additional information needed to complete this form should be obtained from the purchaser. The form may be modified to accommodate each purchaser as necessary. 3.20 VEHICLE AND EQUIPMENT DELIVERY At a minimum, pre -delivery service shall include the following: • Standard Vendor and Manufacturer protocol for new vehicle and equipment delivery; • Cleaning of vehicle and equipment, if necessary, and removal of all unnecessary tags, stickers, or papers (window price sticker or supplied line sheet shall remain); • Speedometer must be correct regardless of the tires provided by the vehicle manufacturer or axle ratio furnished; • Verification that the hour meter does not exceed five (5) hours for equipment; • Owner's manual and warranty manual to accompany each vehicle and equipment; and • MSRP list sheet (window sticker) MUST be in the vehicle when it is delivered to the purchaser. Vehicles that are missing this form, or have forms that have been altered will not be accepted. Build sheets, or documentation that verifies what components are included on the equipment being delivered, must be provided for equipment. The vendor shall be responsible for delivering vehicles and equipment that are properly serviced, clean and in first class operating condition. Vendor shall complete delivery of the vehicle and equipment to the purchaser within fourteen (14) calendar days of receipt of the vehicle from the manufacturer or equipment supplier. This deadline shall not apply to vehicles originating as an incomplete chassis. Receipt of a vehicle or equipment by the vendor is defined as acceptance of the vehicle or equipment from a common carrier at the vendor's place of business or any third party's place of business. Deliveries of less than 350 miles may be accomplished by driving the vehicle. Any delivery accomplished by driving the vehicle must be supervised and the driver must comply with manufacturer's break-in requirements and all applicable traffic laws. Any delivery accomplished by driving a police rated vehicle must use an "OUT OF SERVICE" cover on light bars. All deliveries in excess of 350 miles shall be made by transport, or otherwise approved by the purchasing agency. However, this requirement shall not apply to incomplete chassis. The purchaser has the option to reject a vehicle with more than 350 odometer miles, or may deduct $0.51 cents per mile in excess of 350 miles from the invoice, unless distance above 350 miles was previously approved by the purchaser. This requirement also applies to redelivery of vehicles that were rejected upon initial delivery. Equipment with more than five (5) hours on the hour meter may be rejected by the purchaser or the purchaser may choose to negotiate a lower purchase price when the unit exceeds five hours. Page 41 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions All warranties shall begin at the time of delivery to the purchaser. The purchaser's warranty should not be active for incomplete vehicles or equipment and vehicles or equipment delivered to a third -party supplier before final delivery. Vendor shall notify the purchaser no less than twenty four (24) hours prior to delivery of the time and location, which shall reflect the mutually agreed upon delivery details. Transport deliveries must be unloaded and inspected by purchaser. Deliveries not complying with these requirements may be rejected and will have to be redelivered at vendor's expense. All vehicles or equipment with fuel tanks of thirty-five (35) gallons or less must contain no less than one quarter (1/4) tank of fuel as indicated by the fuel gauge at the time of delivery. For vehicles and equipment that have more than thirty-five (35) gallons, a minimum of one eighth (1/8) of a tank of fuel must be provided. 3.21 INSPECTION AND ACCEPTANCE It is the responsibility of the purchaser to Inspect a vehicle or equipment for any damages. Each purchaser shall make a good faith effort to inspect the vehicles or equipment before or at the time of delivery for acceptance. One (1) day is the suggested period for inspection. However, if reasonable accommodations for inspection cannot be made upon delivery, the purchaser may have up to three (3) business days to inspect the vehicle or equipment for acceptance. Inspection and acceptance will be at the purchaser's destination unless otherwise previously agreed upon location was provided in the purchase order. It is the purchaser's responsibility to thoroughly inspect each vehicle and equipment prior to acceptance. Copies of the bid specifications and purchase order will be delivered with the vehicle. Purchasers are to inspect the vehicle and equipment and compare bid specifications, purchase order and manufacturer's window sticker or manufacturer's invoice to ensure vehicle or equipment meets or exceeds the requirements of the bid specifications and the submitted purchase order. Purchasers should inspect the vehicle and equipment for physical damage. Delivery of a vehicle or equipment to a purchaser does not constitute acceptance for the purpose of payment. Final acceptance and authorization of payment shall be given only after a thorough inspection indicates that the vehicle and equipment meet contract specifications and the requirements listed below. Should the delivered vehicle differ in any respect from specifications, payment can be withheld until such time as the vendor completes the necessary corrective action. Units shall be delivered with each of the following documents completed or included: 1. Copy of Customer's Purchase Order 2. Copy of the applicable Vehicle or equipment specification 3. Copy of Manufacturer's Invoice or Window Sticker for vehicles (prices may be deleted from the manufacturer's invoice); or a Build sheet, or documentation that verifies what components are included on the equipment being delivered, for equipment 4. Copy of Pre -Delivery Service Report S. Warranty Certification Page 42 70 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 6. Owner's manual 7. if the vendor does not provide the tag and title, then the DHSMV 82040 (Application for Certificate of Title and/or Vehicle Registration) which requires a signature of authorized representative. Deliveries that do not include the above items will be considered incomplete and can be refused. 3.22 REGISTRATION, TAG AND TITLE Costs of registration, tag and title shall not exceed the statutory rates. FSA administrative fee does not apply to tag and title work. Title items shall be the responsibility of the vendor. If the purchaser is a government agency, the purchaser has the right to choose to register and title the vehicle or equipment. Reasonable administrative costs for registration and title services, including obtaining temporary tags, tag transfers, and new tags are permitted. All costs associated with obtaining, filing and shipping of tags shall be listed as an option during the bid submission for each item bid. Administrative costs can include convenience fees, cost reimbursements for filing, obtaining or delivery of tags, or any costs over the original purchase price of the registration and title. Administrative costs for registration and titling can be negotiated between the purchaser and the vendor. 3.23 INVOICING AND PAYMENTS Invoicing and payments shall be the responsibility of the vendor and purchaser placing orders using this contract. Vendors must invoice each purchaser independently. A purchaser has three (3) business days to inspect and accept the vehicles or equipment. The vendor shall be paid upon submission of invoices to the Purchaser after satisfactory delivery and acceptance of the vehicles and/or equipment. The Local Government Prompt Payment Act will apply to ensure timely payment of Vendor invoices. The Local Government Prompt Payment Act is defined in Sections 218.70-218.79 of Florida Statutes. 3.24 WARRANTY REPAIRS AND SERVICE All warranties shall begin at time of delivery and final acceptance by the purchaser. Failure by any manufacturer's authorized representative to render proper warranty service or adjustments, including providing a copy of the warranty work order to the purchaser, may subject the vendor to suspension from the approved vendor listing until satisfactory evidence of correction is presented to the FSA. 3.25 INADEQUATE SERVICE When vehicles and equipment require service or adjustments upon delivery, the vendor shall either remedy the defect, or be responsible for reimbursing the manufacturer's local authorized representative or other service provider to remedy the defect. Such service or adjustments shall be initiated by the vendor within 48 hours after notification by a purchaser, not to include weekends and holidays. Delivery will not be considered complete until all services or adjustments are satisfactory and the vehicle or equipment is redelivered. Page 43 71 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions The provisions of the delivery section shall remain in effect until the redelivery is accomplished. The cost of any transportation required shall be the responsibility of the vendor until the vehicles or equipment are satisfactory and accepted by the purchaser. 3.26 REPORTING: PURCHASE ORDERS & QUARTERLY REPORTS Purchase Orders The vendor must submit copies of purchase orders upon receipt to the FSA. Purchase orders are considered late if not submitted fifteen (15) calendar days after the date of the purchase order. Purchase orders and accompanying documentation shall include base specification items purchased and all options itemized separately. Vendors should scan a complete copy of the purchase order and attach it as a .pdf. Place the document title in the subject line of the e-mail and send purchase order copies to C00111WIsheriffs.org. The files should be named using the the name of the purchasing entity, the purchaser type and the PO number. The purchaser type other can include any other eligible purchaser Including special district, fire department or other purchasing entity not specifically named here. Out of state sales should Include the state in the name. PURCHASER TYPE STRUCTURE EXAMPLE MUNICIPALITY Y _SAMPLE _ City Name PO 12345.pdf r _ ^ Tallahassee PO 12345.pdf COUNTY ! County Name County PO 12345.pdf Leon County PO 12345.pdf EDUCATION Educational Institution Name PO i Florida State University PO 12345.pdf 12345.pdf OTHER ! Special District Name PO 12345.pdf Northwest Florida Water Management District PO 12345.pdf SHERIFF Sheriff Office Name PO 12345.pdf Leon County Sheriff PO 12345.pdf Quarterly Reports Quarterly reports are the contractual responsibility of each vendor. Quarterly reports which do not adhere to the required format (as set forth in Appendix D) or are not complete of all purchase orders received and/or deliveries made during the quarter will be returned to the reporting vendor for correction of deficiencies. Quarterly reports track the purchase orders received, deliveries made, and vendor administrative fees prescribed in Section 3.28 due in a given quarter. All required quarterly report templates can be downloaded from the FSA website under the Cooperative Purchasing Program page, Other Links, Vendor Only page. All quarterly reports are to be sent to REPORTSO)flsherilfs.ore. The quarterly report template shall be submitted using the Excel workbook provided. The workbook contains three 3 worksheets. The first worksheet titled "Instructions" must be completed with the name of the vendor and the quarter being reported in the fields that appear in red text. The quarter being reported should be selected from the drop down box. This information will be copied to the report page Page 44 72 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions headers in each worksheet. The second worksheet must contain all sales or purchase orders received during the quarter. The third worksheet must contain information on all deliveries made during the quarter. This tab will automatically calculate the administrative fee due to FSA. Purchase orders should not be sent with quarterly reports. A screenshot of the template of a quarterly report is located in Appendix D. Quarterly reports must be completed and submitted electronically. Quarterly reports are due no later than the 1511 day of the month following the end of the quarter. Quarterly reports shall follow this schedule for the duration of the contract: Contract Year 1: October 1, 2020 — September 30, 2021 Year 1 Quarter 1: October 1— December 31 Q1 Report Due: January 15 Year 1 Quarter 2: January 1— March 31 Q2 Report Due: April 15 Year 1 Quarter 3: April 1—June 30 Q3 Report Due: July 15 Year 1 Quarter 4: 1 July 1— September 30 Q4 Report Due: October 15 Contract Year 2: October 1, 2021— September 30, 2022 Year 2 Quarter 1: October 1— December 31 Q1 Report Due: January 15 Year 2 Quarter 2: January 1— March 31 Q2 Report Due: April 15 Year 2 Quarter 3: April 1—June 30 Q3 Report Due: July 15 Year 2 Quarter 4: 1 July 1— September 30 Q4 Report Due: October 15 Contract Year 3: October 1, 2022 — September 30, 2023, as applicable Year 3 Quarter 1: October 1— December 31 Q1 Report Due: January 15 Year 3 Quarter 2: January 1— March 31 Q2 Report Due: April 15 Year 3 Quarter 3: April 1— June 30 Q3 Report Due: July 15 Year 3 Quarter 4: July 1— September 30 Q4 Report Due: October 15 If a contract extension is executed, the quarterly reports will maintain the same schedule for future reporting periods. Quarterly reports must be submitted even if there are no sales or no deliveries in a quarter. If a vendor has no sales within a quarter, the vendor shall indicate "No sales this quarter" on the top row of the sales worksheet. If the vendor has no deliveries in a given quarter, the vendor shall indicate "No deliveries this quarter" on the top row of the delivery worksheet. FSA reserves the right to modify the procedure for submitting quarterly reports during the term of the contract. Such a change shall not materially modify the substance of the information to be reported, but may change the method by which future quarterly reports are to be submitted. In the event of such a change, FSA will provide written notice to all vendors of the method by which future quarterly reports are to be submitted. 3.27 ADMINISTRATIVE FEE Page 45 73 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions The FSA charges three quarters of one percent (.0075) to procure, process and administer the Contract. After receipt of payment from contract purchases, the vendor shall remit all administrative fees to the FSA no later than 15 calendar days after the end of each quarter. All fees payable to the FSA during any given quarter will be accompanied and supported by a Quarterly Report. Bidders are to include the administrative fee of three quarters of one percent (.0075) in all bid prices. The fee should be incorporated into the price at the time of bid submission This fee should also be included on all add options. The administrative fee will remain payable to FSA and no relief from payment of the administrative fee, nor any additional charge to recoup the administrative fee, will be permitted if a vendor fails to incorporate the administrative fee in its bid pricing. The fee should never be listed as a separate line item on any purchase order. The administrative fee is based on the total purchase order amount of new vehicles or equipment. This fee excludes any value given to purchasers for trade-ins. Trade-ins, extended warranties and other exchanges will not reduce or impact the fee calculation. The administrative fees are the contractual responsibility of each awarded vendor. By submission of the quarterly reports and administrative fee, the vendor is certifying the accuracy of the reports and deposits. All reports and fee submissions shall be subject to audit by the FSA or their designee. All participating vendors will be responsible for making sure that FSA has the contact information, including e-mail address, for the person responsible for quarterly reports. There will be no reminders for the quarterly reports or the administrative fee. Checks for the administrative fee can be sent to: Florida Sheriffs Association Cooperative Purchasing Program 2617 Mahan Drive Tallahassee, FL 32308 3.28 LIQUIDATED DAMAGES The vendor warrants that the product supplied to the FSA or purchaser shall conform in all respects to the standards set forth and the failure to comply with this condition will be considered as a breach of contract. Any liquidated damages levied because of inadequacies or failures to comply with these requirements shall be borne solely by the vendor responsible for same. Failure to submit the administrative fee with accompanying quarterly reports must be received by FSA within 15 calendar days following the end of each quarter will result in the imposition of liquidated damages. Vendors failing to submit administrative fees and/or quarterly reports will incur liquidated damages in the amount of $25 for each calendar day that fees and reports are past due, beginning on the 161' day following the end of the quarter. Page 46 74 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions If a civil action is initiated by the FSA to recover administrative fees or liquidated damages as set forth in this section and Section 3.28, the prevailing party shall be entitled to its reasonable attorneys' fees and costs incurred in the litigation. Venue shall lie in the Circuit Court for the Second Judicial Circuit in and for Leon County, Florida. When quarterly reports are late, liquidated damages are to be included in vendor's Quarterly Report and administrative fee submission. Uquidated damages that remain unpaid beyond 45 calendar days can result in FSA, at its sole discretion, implementing contract compliance actions, including but not limited to, suspension, limited participation by specifications or zones, disqualification from future solicitations, or termination for cause pursuant to Section 1.45. Schedule of Uquidated Damages Failure to submit quarterly report and/or $25 per calendar day administrative fee on time Failure to report a Purchase Order to FSA within the $100 per Purchase Order 15 calendar days of the purchase order date Failure to Report Sales .0075 of the sales price plus 1.5% each month following the delivery date. Vendor agrees and acknowledges that its failure to take any of the actions specified in the above schedule will damage the FSA, but by their nature such damages are difficult to ascertain. Accordingly, the above specified schedule of liquidated damages shall apply to this contract. Vendor agrees and acknowledges that these liquidated damages are not intended to be and do not constitute a penalty, but are instead intended solely to compensate the FSA for damages, and that these amounts are reasonably calculated to compensate the FSA for the damages that it will incur as a result of the vendor's failure to take the specified actions. Page 47 75 Appendix A FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions F LO RIDA\ Florida Sheriffs Association Cooperative Purchasing Program Vendor Change Document Pkose complete this form to whar fe o reques:edrhonge to Campony Addresses, Conrores or Conlacl hilarmgbon below. lnrlude all sections whole lefarmdlldn has chenged, old ondnew FSA Contract Number(s) affected by change: Company Information Changes: i New Information Old Company Wn 1, New Co�Pany Name: Old Company address: New Company Address: Old company City New Companycity: Old Company Suite: New Company state: Old rumpany Zip: New companylip: Company Contact Changes: Old Contact Information New Contactinfo nrodon Old Certain Name IFIML Last). New Conran Name (First, Last): Old Contact E-Mail New Contact E Nail: Old Contain Office Phone: New Contact Office Phone: Old Contact Mobile Phone: New Contact Mobile Phone: Old Contact Faa Phone: New Contact Far Phone i This information is requested by an authorized representative of This request will take effect as soon as it is received by FSA by e-mading to coolilDfisheriffs.org. Name of Authorized Company Representative Job Title Date of Request Authorized Company Representative FSA Office Use: Date Received: Change Effective: FSA Agent: I Page 48 76 Appendix B FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions FSA CONTRACT ZONE MAP WESTERN or UM t v WESTERN NORTHERN BAY AI,u31UA CAIIIOL'N BAKER DIXIE BRADFORD ISCAMBIA (:l.X IRANKIIN l:(1LUMBIA CAMDtN GULF} 1AGtIiR 1101MF.S C'l (' n P a� OWNan 4 y . 4� ~ \ w .uvu IA(xcuN ,� ..HR10' CENTRAL 11AMILTON IF:I''iTPUS 0N i.FV 1 aFAt'tirn: ,MARION 11:0N NASSA[; LIBERTY PL?NA.1.1 SIAVISON ST.101INS 0KAI.4()SA SLIVANF.E SANTA RoNA UNION TAYIDR VOI.USIA ti% ALTU\ WAKUMA WASI I INGTON CENTRAL BREVARD CITRUS DISO I'U IIARDIT H EPUNANDO )IILISBUROL'GII I.NDIAN RIB FR ttANA'FI'1: (Kc'1:�li.A Iy:lx:l ) MELI A% POLK ST. IXG1: SARaSOI A s1_�il�i)u_ SU MTER SOLMIER\ IIRU1VARD 01ARLOT C011_!ER GLADES I1I:NDRY LRE MARTTN MONRO SOUTII NORTHERN %<' a° ''� o 4;10900 Page 49 77 Appendix C FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions LORI_DAA CONFIRMATION OF ORDER FORM Police Rated, Administrative, Utility Vehicles Trucks and Vans Bid R FSAXX-XXXX Vendors are la wmplete and return this mnfurnallon of order form by email, fan or mail to the agency location listed belowvathin fourteen 114) calendar days aher receipt of puahase order. Vendor. vendee Address: City. _. _ stare: Cmuaet pe6na. Phone Number- sar Sperlbutmn No. Type Vehicle/fyuipmeol' Purchase Order Number: Purchase once, Racehed. Order Was Placed With the Memleamel vn. under Pmdudo n Numbers Estimated Date of 0elherv: Comments: PulKultam: contact Person. Arnien: City: Phone. Number. r mail: LP. State: Paa: Page 50 Vt.] FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Appendix D Sales Nsateo!OurdrsatsBllBa+cy -poDa" PO9. Type landor Name tare FSA Conaatt Number and Name elect" Cata ct ue Comm": Cot aaa Eaectwe Data UrrentQuarter BeMSRwPerted 2gj1j2Gto"L'W *Pmo Make Model aty. TOW PO f6ftuted Adrale Fee Bawd Arno = Deprmy Data. Ca PD Deliveries r... r•ea. e...+.. itiMn twn Mw twice Crtn�t N�.sw ONN tbrr�QinW MKegw�N'tNil�Ib .'1::� ftwoof t""ft rr per tpr S" .e Wb abY Oq.e19--W 5"P04101Nn A ftd"' Aellone - erjOrewwe rW e.w..eo arro.."4860ar ewftw*ae Page 51 79 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Appendix E. rLoRion Bid Calendar W90161 . FSA20-VEL28.0 Pursuit, Administrative and Other Vehicles FSA20-VEH38.0 Heavy Trucks FSA30-EQU38.0 Equipment CALENDAR ITEM DATE Bid Announcement 4/22/20 & 5/25/20 Voluntary Workshops For Contracts FSA20-VEL28.0 & FSA20-VEH18.0 * 6/10/20 Mandatory Pre -Bid Meeting for Contract FSA20-VEL28.0 * 7/8/20 Mandatory Pre -Bid Meeting for ContractFSA20-VEH18.0 * 7/9/20 Request for Clarifications Due 7/30/20 Mandatory Qualifying Documents Submission 8/3/20 FSA Response to Request for Clarifications 8/5/19 Cone of Silence 8/7/20—10/1/20 Bid System Open 8/7/20 Bid Submissions Due 8/31/20 Public Bid Opening 9/1/20 Fleet Advisory Committee Bid Review 9/1/20 — 9/4/20 Intent to Award Posted 9/9/20 Final Bid Award 10/1/20 * Details for the Workshop, Mandatory Pre -Bid Meeting, and Public Bid Openings will be posted on FSA's website, emailed to interested bidders, or can be found in Florida Administrative Registrar (as appropriate) for the dates published. * FSA intends to do an in -person Mandatory Pre -Bid meeting. However, the FSA has plans to conduct the meeting via webinar if conditions do not permit or are not safe for an in -person meeting. If FSA can conduct the meeting in -person, it will be held at the Falkenburg Road Jail Assembly Room at the Hillsborough County Sheriff's Office. For the most up to date information on these events, please refer to httos://wv✓w.ilsherilf . P/Ia v enforcement-woerams/:ooueraLive r','I i-3sint� :,rug:am/pid- nnourrernents Page 52 all ATTACHMENT B CONTRACT FOR HEAVY TRUCKS • CITY OF SOUTH MUM QUOTATION • SPECIFICATION No. 58 Thomas F. Pepe — 04-03-19 Page 6 of 6 81 E9 0 0 ,„ w 2840 Center Port Circle Pompano, Bch, FL. 33064 PUP.; LASER: CITY OF SOUTH MIAMI ADDFESS: CITY: CrNITHMIAMI ATTN: PHONE: MA E" DATE: 11/16/2020 BASE MODEL: FSA 20 VEH 18.0 LOW BID ITEM 58 SBULOU BACHRODT FTL. PRICE $37,750 OPTION # OPTION 2 - L9 300 HP PRICE: $10,990 OPTION If OPTION 3-33,000# GVW PACK WITH ALLISON 3000TRANS PRICE: $29,900 OPTION# OPTION 8-NOSPIN REAR AXLE DIFFLOCK PRICE: $650 OPTION # OPTION 16- MUDFLAPS REAR PRICE: $690 OPTION # OPTION 49 - 20-24 FT TRASH BODY 24 FT UPGRADE NO CHARGE PRICE: $24,500 OPTION # WBB-280 CHASSIS 7 YEAR WARRANTY PRICE: $3,225 OPTION# WAI-48C ENGINE 7 YEAR WARRANTY PRICE: $2,100 OPTIO4 # PRICE: OPTION # PRICE: OPTION # PRICE: OPTION It PRICE: OPTION # PRICE: OPTION If TOTAL PRICE PRICE: $107,805 Budget Challenges? TOTALPRICE: $0.00 DaimlerTruck Financial offers special municipal financing programs *MTHLY PAYMENT: $0.00 to help fund the purchase of needed vehicles and other equipment. -Monthly, annual, semi-annual or quarterly payment options -Flexible repayment terms (tied to your budget) 'Actual rateterms, down payment, and program eligibility will be determined by DTF credit team based upon credit worthiness and experience of customer. 82 Prepared for: STEVE KULICK SOUTH MIAMI CITY OF 6130 SUNSET DR SOUTH MIAMI, FL 33143 Phone: 954 5451000 Prepared by: Drew Ellison LOU BACHRODT FREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-886-6704 FSA 20 VEH 18.0 ITEM 58 SBLILOU BACHRODT FREIGHTLINER LOW BID O N THIS SPEC QUOTATION :M2:106.C.0NVEfMONAL CHASSIS SET BACKAXLE -TRUCK DETROIT DA-F-12.0-312,000# FF1 71.5 KPI/3.74 DROP CUM L9 300 HP @ 2200 RPM, 2200 GOV RPM, 860 LB -FT SINGLE FRONT AXLE @ 1200 RPM 12,000# MONO TAPERLEAF FRONT SUSPENSION ALLISON 3500 RDS AUTOMATIC TRANSMISSION WITH 106 INCH BBC FLAT ROOF ALUMINUM CONVENTIONAL PTO PROVISION CAB RS-21-160 21,000# R-SERIES SINGLE REAR AXLE 6475MM (255 INCH) WHEELBASE 21,000# 52 INCH VARIABLE RATE MULTI -LEAF SPRING 11/32X3-1/2X10-15/16 INCH STEEL FRAME REAR SUSPENSION WITH RUBBER HELPER (8.73MMX277.8MM/0.344X10.94 INCH)120KSI 1600MM (63 INCH) REAR FRAME OVERHANG PER UNIT TOTAL VEHICLE PRICE TOTAL # OF UNITS (1) $ $ EXTENDED WARRANTY $ $ DEALER INSTALLED OPTIONS _ _ _ _ $ - $ CUSTOMER PRICE BEFORE TAX $ $ TAXESAND FEES . FEDERAL EXCISE TAX (FET) $ $ TAXES AND FEES $ $ OTHER CHARGES $ $ TRADE-IN' _ TRADE-IN ALLOWANCE $ (0) $ (0) BALANCE DUE (LOCAL CURRENCY) $ 107,805 $ 107,805 COMMENTS: Projected delivery on / / _ provided the order is received before APPROVAL: Please indicate your acceptance of this quotation by signing below: Customer. X Date: 1 I Application Version 11.3.004 a 11/16/2020 2:56 PM Data Version PRL-23M.042 SOUTH MIAMI 24 FT TRASH TRUCK Page 1 of 15 1*1 Prepared for: STEVE KULICK SOUTH MIAMI CITY OF 6130 SUNSET DR SOUTH MIAMI, FL 33143 Phone: 954 5451000 Prepared by: Drew Ellison LOU BACHRODT FREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-886-6704 See your local dealer for a competitive quote from Daimler Truck Financial, or contact us at Information@dffoffem.com. Financing that works for you. Daimler Truck Financial offers a variety of finance, lease and insurance solutions to fit your business needs. For more information about our products and services, visit our websile at vr:Ay tlaiOLG;-1n IC.kfininrmi com. Applicalion Version 11.3.004 Data Version PRL-23M.042 SOUTH MIAMI 24 FT TRASH TRUCK 11116/2020 2:56 PM Page 2 of 15 Prepared for. STEVE KULICK SOUTH MIAMI CITY OF 6130 SUNSET DR SOUTH MIAMI, FL 33143 Phone: 954 5451000 Prepared by: Drew Ellison LOU BACHRODT FREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Prone: 407-886-6704 S P ECIFICATION PROPOSAL Description Price Level -- M2 PRL-23M (EFF:01/21/20) Data Version SPECPR021 DATA RELEASE VER 042 Nehlcle.Confguratjotn _ - M2 106 CONVENTIONAL CHASSIS 2022 MODEL YEAR SPECIFIED SET BACK AXLE - TRUCK STRAIGHT TRUCK PROVISION LH PRIMARY STEERING LOCATION �'General Servlce.; TRUCK CONFIGURATION DOMICILED, USA (EXCLUDING CALIFORNIA AND CARB OPT -IN STATES) PICKUP AND DELIVERY/SHORT HAUL SERVICE GOVERNMENT BUSINESS SEGMENT FIXED LOAD COMMODITY TERRAIN/DUTY: 10% (SOME) OF THE TIME, IN TRANSIT, IS SPENT ON NON -PAVED ROADS MAXIMUM 8% EXPECTED GRADE MAINTAINED GRAVEL OR CRUSHED ROCK - MOST SEVERE IN -TRANSIT (BETWEEN SITES) ROAD SURFACE MEDIUM TRUCK WARRANTY EXPECTED FRONT AXLE(S) LOAD: 12000.0 Ibs EXPECTED REAR DRIVE AXLE(S) LOAD: 21000.0 Ibs EXPECTED GROSS VEHICLE WEIGHT CAPACITY 33000.0 Ibs Truck Service FLATBED/PLATFORM/STAKE BODY 3-V DISTRIBUTING INC Application Version 11.3.004 R 11/16/2020 2:56 PM Data Version PRL-23M.042 SOUTH MIAMI 24 FT TRASH TRUCK Page 3 of 15 85 Prepared for. STEVE KULICK SOUTH MIAMI CITY OF 6130 SUNSET DR SOUTH MIAMI, FL 33143 Phone: 954 54510M Prepared by: Drew Ellison LOU BACHRODT FREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-886-6704 Description EXPECTED BODY/PAYLOAD CG HEIGHT ABOVE FRAME'XX" INCHES: 32.0 in CUM L9 300 HP @ 2200 RPM: 2200 GOV RPM, 860 LB -FT @ 1200 RPM Elecironic.Parameters.; ,_ - 75 MPH ROAD SPEED LIMIT CRUISE CONTROL SPEED LIMIT SAME AS ROAD SPEED LIMIT PTO MODE BRAKE OVERRIDE - SERVICE BRAKE APPLIED PTO RPM WITH CRUISE SET SWITCH - 700 RPM PTO RPM WITH CRUISE RESUME SWITCH - 800 RPM PTO MODE CANCEL VEHICLE SPEED - 5 MPH PTO GOVERNOR RAMP RATE - 250 RPM PER SECOND PTO MINIMUM RPM - 700 REGEN INHIBIT SPEED THRESHOLD - 5 MPH Engine Equipment_: _ 2016 ONBOARD DIAGNOSTICS/2010 EPA/CARB/GHG21 CONFIGURATION NO 2008 CARB EMISSION CERTIFICATION STANDARD OIL PAN ENGINE MOUNTED OIL CHECK AND FILL SIDE OF HOOD AIR INTAKE WITH FIREWALL MOUNTED DONALDSON AIR CLEANER DR 12V 160 AMP 28-SI QUADRAMOUNT PAD ALTERNATOR WITH REMOTE BATTERY VOLT SENSE (2) DTNA GENUINE, FLOODED STARTING, MIN 2000%,0% 370RC, THREADED STUD BATTERIES BATTERY BOX FRAME MOUNTED STANDARD BATTERY JUMPERS SINGLE BATTERY BOX FRAME MOUNTED LH SIDE UNDER CAB WIRE GROUND RETURN FOR BATTERY CABLES WITH ADDITIONAL FRAME GROUND RETURN NOWPOUSHED BATTERY BOX COVER CUMMINS TURBOCHARGED 18.7 CFM AIR COMPRESSOR WITH INTERNAL SAFETY VALVE STANDARD MECHANICAL AIR COMPRESSOR GOVERNOR Application Version 11.3.004 A 11/16/2020 2:56 PM Data Version PRL-23M.042 SOUTH MIAMI 24 FT TRASH TRUCK Page 4 of 15 86 Prepared for. STEVE KULICK SOUTH MIAMI CITY OF 6130 SUNSET DR SOUTH MIAMI. FL 33143 Phone: 854 6461000 Transmission' Description AIR COMPRESSOR DISCHARGE LINE ELECTRONIC ENGINE INTEGRAL SHUTDOWN PROTECTION SYSTEM CUMMINS ENGINE INTEGRAL BRAKE WITH VARIABLE GEOMETRY TURBO ON/OFF RH OUTBOARD UNDER STEP MOUNTED HORIZONTAL AFTERTREATMENT SYSTEM ASSEMBLY WITH RH HORIZONTAL TAILPIPE ENGINE AFTERTREATMENT DEVICE, AUTOMATIC OVER THE ROAD REGENERATION AND DASH MOUNTED REGENERATION REQUEST SWITCH STANDARD EXHAUST SYSTEM LENGTH RH STANDARD HORIZONTAL TAILPIPE 6 GALLON DIESEL EXHAUST FLUID TANK 100 PERCENT DIESEL EXHAUST FLUID FILL LH MEDIUM DUTY STANDARD DIESEL EXHAUST FLUID TANK LOCATION STANDARD DIESEL EXHAUST FLUID PUMP MOUNTING STANDARD DIESEL EXHAUST FLUID TANK CAP BORG WARNER (KYSOR) REAR AIR ON/OFF ENGINE FAN CLUTCH AUTOMATIC FAN CONTROL WITHOUT DASH SWITCH, NON ENGINE MOUNTED CUMMINS SPIN ON FUEL FILTER COMBINATION FULL FLOWIBYPASS OIL FILTER 900 SQUARE INCH ALUMINUM RADIATOR ANTIFREEZE TO -34F. ETHYLENE GLYCOL PRE - CHARGED SCA HEAVY DUTY COOLANT GATES BLUE STRIPE COOLANT HOSES OR EQUIVALENT CONSTANT TENSION HOSE CLAMPS FOR COOLANT HOSES RADIATOR DRAIN VALVE LOWER RADIATOR GUARD ALUMINUM FLYWHEEL HOUSING ELECTRIC GRID AIR INTAKE WARMER DELCO 12V 38MT HD STARTER WITH INTEGRATED MAGNETIC SWITCH ALLISON 3500 RDS AUTOMATIC TRANSMISSION WITH PTO PROVISION Application Version 11.3.004 Z0 Data Version PRL-23M.042 SOUTH MIAMI 24 FT TRASH TRUCK Prepared by: Drew Ellison LOU BACHRODT FREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-886-6704 11/16/2020 2:56 PM Page 5 of 15 87 Prepared for. STEVE KULICK SOUTH MIAMI CITY OF 6130 SUNSET DR SOUTH MIAMI. FL 33143 Phone: 954 5451000 Prepared by: Drew Ellison LOU BACHROOT FREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH. FL 33064 Phone: 407-886.6704 Description ransinission Equ Dment �.... ALLISON VOCATIONAL PACKAGE 223 - AVAILABLE ON 3000/4000 PRODUCT FAMILIES WITH VOCATIONAL MODELS RDS, HS, MH AND TRV ALLISON VOCATIONAL RATING FOR OWOFF HIGHWAY APPLICATIONS AVAILABLE WITH ALL PRODUCT FAMILIES PRIMARY MODE GEARS, LOWEST GEAR 1, START GEAR 1, HIGHEST GEAR 6, AVAILABLE FOR 3000/4000 PRODUCT FAMILIES ONLY SECONDARY MODE GEARS, LOWEST GEAR 1, START GEAR 1, HIGHEST GEAR 6, AVAILABLE FOR 30W4000 PRODUCT FAMILIES ONLY PRIMARY SHIFT SCHEDULE RECOMMENDED BY DTNA AND ALLISON, THIS DEFINED BY ENGINE AND VOCATIONAL USAGE SECONDARY SHIFT SCHEDULE RECOMMENDED BY DTNA AND ALLISON, THIS DEFINED BY ENGINE AND VOCATIONAL USAGE PRIMARY SHIFT SPEED RECOMMENDED BY DTNA AND ALLISON, THIS DEFINED BY ENGINE AND VOCATIONAL USAGE SECONDARY SHIFT SPEED RECOMMENDED BY DTNA AND ALLISON. THIS DEFINED BY ENGINE AND VOCATIONAL USAGE ENGINE BRAKE RANGE PRESELECT RECOMMENDED BY DTNA AND ALLISON. THIS DEFINED BY ENGINE AND VOCATIONAL USAGE ENGINE BRAKE RANGE ALTERNATE PRESELECT RECOMMENDED BY DTNA AND ALLISON. THIS DEFINED BY ENGINE AND VOCATIONAL USAGE FUEL SENSE 2.0 DISABLED - PERFORMANCE - TABLE BASED DRIVER SWITCH INPUT - DEFAULT - NO SWITCHES VEHICLE INTERFACE WIRING CONNECTOR WITHOUT BLUNT CUTS, AT BACK OF CAB ELECTRONIC TRANSMISSION CUSTOMER ACCESS CONNECTOR FIREWALL MOUNTED CUSTOMER INSTALLED MUNCIE CS201CS24 SERIES PTO PTO MOUNTING, LH SIDE OF MAIN TRANSMISSION MAGNETIC PLUGS, ENGINE DRAIN, TRANSMISSION DRAIN, AXLE(S) FILL AND DRAIN Application Version 11.3.004 0 Data Version PRL-23M.042 cf'23�=�M�� SOUTH MIAMI 24 FT TRASH TRUCK 11/16/2020 2:56 PM Page 6 of 15 88 Prepared for. STEVE KULICK SOUTH MIAMI CITY OF 6130 SUNSET DR SOUTH MIAMI, FL 33143 Phone: 954 5451000 Description PUSH BUTTON ELECTRONIC SHIFT CONTROL, DASH MOUNTED TRANSMISSION PROGNOSTICS - ENABLED 2013 WATER TO OIL TRANSMISSION COOLER, IN RADIATOR END TANK TRANSMISSION OIL CHECK AND FILL WITH ELECTRONIC OIL LEVEL CHECK SYNTHETIC TRANSMISSION FLUID (TES-295 COMPLIANT) Eront;Axie and.:'EgUipment DETROIT DA-F-1 2.0-3 12,000# FF1 71.5 KPI13.74 DROP SINGLE FRONT AXLE MERITOR 15X4 Q+ CAM FRONT BRAKES NON -ASBESTOS FRONT BRAKE LINING CONMET CAST IRON FRONT BRAKE DRUMS FRONT BRAKE DUST SHIELDS FRONT OIL SEALS VENTED FRONT HUB CAPS WITH WINDOW, CENTER AND SIDE PLUGS - OIL STANDARD SPINDLE NUTS FOR ALL AXLES MERITOR AUTOMATIC FRONT SLACK ADJUSTERS TRW THP-60 POWER STEERING POWER STEERING PUMP 2 QUART SEE THROUGH POWER STEERING RESERVOIR CURRENT AVAILABLE SYNTHETIC 75W 90 FRONT AXLE LUBE Front.SuspensonR. 12,000# MONO TAPERLEAF FRONT SUSPENSION MAINTENANCE FREE RUBBER BUSHINGS - FRONT SUSPENSION FRONT SHOCK ABSORBERS :Aear.Axle and Equipment RS-21-160 21,000# R-SERIES SINGLE REAR AXLE 5.38 REAR AXLE RATIO IRON REAR AXLE CARRIER WITH STANDARD AXLE HOUSING MXL 16T MERITOR EXTENDED LUBE MAIN DRIVELINE WITH HALF ROUND YOKES Application Version 11.3.004 Data Version PRL-23M.042 CCZMZ�=�� SOUTH MIAMI 24 FT TRASH TRUCK Prepared by: Drew Ellison LOU BACHRODT FREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH. FL 33W4 Phone: 407-886-6704 11/16/2020 2:56 PM Page 7 of 15 89 Prepared for. STEVE KULICK SOUTH MIAMI CITY OF 6130 SUNSET DR SOUTH MIAMI, FL 33143 Phone. 954 5451000 Description DRIVER CONTROLLED TRACTION DIFFERENTIAL - SINGLE REAR AXLE (1) DRIVER CONTROLLED DIFFERENTIAL LOCK REAR VALVE FOR SINGLE DRIVE AXLE BLINKING LAMP WITH EACH MODE SWITCH, DIFFERENTIAL UNLOCK WITH IGNITION OFF, ACTIVE <5 MPH MERITOR 16.5X7 Q+ CAST SPIDER CAM REAR BRAKES, DOUBLE ANCHOR, FABRICATED SHOES NON ASBESTOS REAR BRAKE LINING BRAKE CAMS AND CHAMBERS ON FORWARD SIDE OF DRIVE AXLE(S) CONMET CAST IRON REAR BRAKE DRUMS REAR BRAKE DUST SHIELDS REAR OIL SEALS WABCO TRISTOP D LONGSTROKE 1-DRIVE AXLE SPRING PARKING CHAMBERS MERITOR AUTOMATIC REAR SLACK ADJUSTERS CURRENT AVAILABLE SYNTHETIC 75W 80 REAR AXLE LURE Rear Suspension 21,000# 52 INCH VARIABLE RATE MULTI -LEAF SPRING REAR SUSPENSION WITH RUBBER HELPER SPRING SUSPENSION - NO AXLE SPACERS STANDARD AXLE SEATS IN AXLE CLAMP GROUP AIR BRAKE PACKAGE WABCO 4S/4M ABS REINFORCED NYLON, FABRIC BRAID AND WIRE BRAID CHASSIS AIR LINES FIBER BRAID PARKING BRAKE HOSE STANDARD BRAKE SYSTEM VALVES STANDARD AIR SYSTEM PRESSURE PROTECTION SYSTEM STD U.S. FRONT BRAKE VALVE RELAY VALVE WITH 5-8 PSI CRACK PRESSURE, NO REAR PROPORTIONING VALVE NO BRAKE LINE AIR DRYER STEEL AIR BRAKE RESERVOIRS Application Version 11.3.004 Data Version PRL-23M.042 SOUTH MIAMI 24 FT TRASH TRUCK Prepared by: Drew Ellison LOU BACHRODT FREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33W4 Phone. 407-886-6704 11/16/2020 2:56 PM Page 8 of 15 90 Prepared for: STEVE KULiCK SOUTH MIAMI CITY OF 6130 SUNSET DR SOUTH MIAMI, FL 33143 Phone: 954 5451000 Description BW DV-2 AUTO DRAIN VALVE WITHOUT HEATER ON ALL TANK(S) Trailer Connectlons. + UPGRADED CHASSIS MULTIPLEXING UNIT UPGRADED BULKHEAD MULTIPLEXING UNIT -Meetbase-& Frame. 6475MM (255 INCH) WHEELBASE 11/32X3-1/2X10-15/16 INCH STEEL FRAME (8.73MMX277.8MM/0.344X10.94 INCH) 120KSI 1600MM (63 INCH) REAR FRAME OVERHANG FRAME OVERHANG RANGE: 61 INCH TO 70 INCH CALCD BACK OF CAB TO REAR SUSP C/L (CA) : 189.37 in CALCULATED EFFECTIVE BACK OF CAB TO REAR SUSPENSION C/L (CA) : 186.37 in CALCD FRAME LENGTH - OVERALL: 356.89 CALCULATED FRAME SPACE LH SIDE: 135.13 in CALCULATED FRAME SPACE RH SIDE: 177.07 In CALCD SPACE AVAILABLE FOR DECKPLATE : 189.45 in SQUARE END OF FRAME FRONT CLOSING CROSSMEMBER STANDARD WEIGHT ENGINE CROSSMEMBER STANDARD CROSSMEMBER BACK OF TRANSMISSION STANDARD MIDSHIP #1 CROSSMEMBER(S) STANDARD REARMOST CROSSMEMBER STANDARD SUSPENSION CROSSMEMBER Chassis Equipment „ THREE-PIECE 14 INCH STEEL CENTER BUMPER WITH FLEXIBLE PLASTIC ENDS FRONT TOW HOOKS - FRAME MOUNTED BUMPER MOUNTING FOR SINGLE LICENSE PLATE BETTS B-25 PAINTED MUDFLAP BRACKETS BLACK MUDFLAPS FENDER AND FRONT OF HOOD MOUNTED FRONT MUDFLAPS Application Version 11.3.004 a Data Version PRL-23M.042 SOUTH MIAMI 24 FT TRASH TRUCK Prepared by: Drew Ellison LOU BACHRODT FREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-886-6704 11116/2020 2:56 PM Page 9 of 15 91 Prepared for: STEEE KULICK SOUTH MIAMI CITY OF 6130 SUNSET DR SOUTH MIAMI, FL 33143 Phone: 954 5451000 Description GRADE 8 THREADED HEX HEADED FRAME FASTENERS Fuel TTanks._ _ 80 GALLON/302 LITER RECTANGULAR ALUMINUM FUEL TANK - LH RECTANGULAR FUEL TANK(S) PLAIN ALUMINUMIPAINTED STEEL FUEUHYDRAULIC TANK(S) WITH PAINTED BANDS FUEL TANK(S) FORWARD PLAIN STEP FINISH FUEL TANK CAP(S) DETROIT FUELIWATER SEPARATOR WITH WATER IN FUEL SENSOR EQUIFLO INBOARD FUEL SYSTEM HIGH TEMPERATURE REINFORCED NYLON FUEL LINE Tires HANKOOK AL21 11 R22.514 PLY RADIAL FRONT TIRES HANKOOK DL11 11R22.514 PLY RADIAL REAR TIRES Wubs` CONMET PRESET PLUS PREMIUM IRON FRONT HUBS CONMET PRESET PLUS PREMIUM IRON REAR HUBS Wheels_ :. _:_....__.. MAXION WHEELS 90541 22.5X8.2510-HUB PILOT 6.20 INSET 2-HAND STEEL DISC FRONT WHEELS MAXION WHEELS 80541 22.5X8.2510-HUB PILOT 6.20 INSET 2-HAND STEEL DISC REAR WHEELS FRONT WHEEL MOUNTING NUTS REAR WHEEL MOUNTING NUTS Cab Exterior 1061NCH BBC FLAT ROOF ALUMINUM CONVENTIONAL CAB LEAF SPRING REAR CAB SUSPENSION LH AND RH GRAB HANDLES PAINTED PLASTIC GRILLE Application Version 11.3.004 Data Version PRL-23M.042 2 2�m�=W SOUTH MIAMI 24 FT TRASH TRUCK Prepared by: Drew Ellison LOU BACHRODT FREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-886-6704 1111612020 2:56 PM Page 10 of 15 92 Prepared for. STEVE KULICK SOUTH MIAMI CITY OF 6130 SUNSET DR SOUTH MIAMI, FL 33143 Phone: 954 5451000 Description ARGENT SILVER HOOD MOUNTED AIR INTAKE GRILLE FIBERGLASS HOOD SINGLE 14 INCH ROUND HADLEY AIR HORN UNDER LH DECK SINGLE ELECTRIC HORN SINGLE HORN SHIELD DOOR LOCKS AND IGNITION SWITCH KEYED THE SAME KEY QUANTITY OF 2 REAR LICENSE PLATE MOUNT END OF FRAME INTEGRAL HEADLIGHTIMARKER ASSEMBLY (5) AMBER MARKER LIGHTS INTEGRAL STOP/TAIL/BACKUP LIGHTS STANDARD FRONT TURN SIGNAL LAMPS DUAL WEST COAST BRIGHT FINISH MIRRORS DOOR MOUNTED MIRRORS 102 INCH EQUIPMENT WIDTH LH AND RH 8 INCH BRIGHT FINISH CONVEX MIRRORS MOUNTED UNDER PRIMARY MIRRORS STANDARD SIDE/REAR REFLECTORS 63X14 INCH TINTED REAR WINDOW TINTED DOOR GLASS LH AND RH WITH TINTED NON -OPERATING WING WINDOWS MANUAL DOOR WINDOW REGULATORS 1-PIECE SOLAR GREEN GLASS WINDSHELD 2 GALLON WINDSHIELD WASHER RESERVOIR WITHOUT FLUID LEVEL INDICATOR, FRAME MOUNTED Cab Intedor OPAL GRAY VINYL INTERIOR MOLDED PLASTIC DOOR PANEL MOLDED PLASTIC DOOR PANEL BLACK MATS WITH SINGLE INSULATION FORWARD ROOF MOUNTED CONSOLE WITH UPPER STORAGE COMPARTMENTS WITHOUT NETTING IN DASH STORAGE BIN (2) CUP HOLDERS LH AND RH DASH GRAY/CHARCOAL FLAT DASH HEATER, DEFROSTER AND AIR CONDITIONER Application Version 11.3.004 0 Data Version PRL-23M.042 SOUTH MIAMI 24 FT TRASH TRUCK Prepared by: Drew Ellison LOU BACHRODT FREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-886-6704 11/16/2020 2:56 PM Page 11 of 15 93 Prepared for. STEVE KULICK SOUTH MIAMI CITY OF 6130 SUNSET OR SOUTH MIAMI, FL 33143 Phone: 954 6451000 Prepared by: Drew Ellison LOU BACHRODT FREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-886-6704 Description STANDARD HVAC DUCTING MAIN HVAC CONTROLS WITH RECIRCULATION SWITCH STANDARD HEATER PLUMBING VALEO HEAVY DUTY A/C REFRIGERANT COMPRESSOR BINARY CONTROL, R-134A STANDARD INSULATION SOLID-STATE CIRCUIT PROTECTION AND FUSES 12V NEGATIVE GROUND ELECTRICAL SYSTEM DOME LIGHT WITH 3-WAY SWITCH ACTIVATED BY LH AND RH DOORS CAB DOOR LATCHES WITH MANUAL DOOR LOCKS BASIC HIGH BACK NON SUSPENSION DRIVER SEAT WITH FORE AND AFT ADJUSTMENT 2 MAN TOOL BOX MID BACK NON SUSPENSION PASSENGER SEAT LH AND RH INTEGRAL DOOR PANEL ARMRESTS VINYL WITH VINYL INSERT DRIVER SEAT VINYL WITH CLOTH INSERT PASSENGER SEAT BLACK SEAT BELTS FIXED STEERING COLUMN 4-SPOKE 18 INCH (450MM) STEERING WHEEL DRIVER AND PASSENGER INTERIOR SUN VISORS Instruments & :Controls GRAY DRIVER INSTRUMENT PANEL GRAY CENTER INSTRUMENT PANEL BLACK GAUGE BEZELS LOW AIR PRESSURE INDICATOR LIGHT AND AUDIBLE ALARM 2 INCH PRIMARY AND SECONDARY AIR PRESSURE GAUGES INTAKE MOUNTED AIR RESTRICTION INDICATOR WITHOUT GRADUATIONS 97 DB BACKUP ALARM ELECTRONIC CRUISE CONTROL WITH SWITCHES IN LH SWITCH PANEL KEY OPERATED IGNITION SWITCH AND INTEGRAL START POSITION; 4 POSITION OFFiRUN/START/ACCESSORY Application Version 113.004 11/16/2020 2:56 PM Data Version PRL-23M.042 SOUTH MIAMI 24 FT TRASH TRUCK Page 12 of 16 94 Prepared for. STEVE KULICK SOUTH MIAMI CITY OF 6130 SUNSET DR SOUTH MIAMI, FL 33143 Phone: 954 5451000 Description ICU3S,132X48 DISPLAY WITH DIAGNOSTICS, 28 LED WARNING LAMPS AND DATA LINKED HEAVY DUTY ONBOARD DIAGNOSTICS INTERFACE CONNECTOR LOCATED BELOW LH DASH 2 INCH ELECTRIC FUEL GAUGE PROGRAMMABLE RPM CONTROL - ELECTRONIC ENGINE ELECTRICAL ENGINE COOLANT TEMPERATURE GAUGE 2 INCH TRANSMISSION OIL TEMPERATURE GAUGE ENGINE AND TRIP HOUR METERS INTEGRAL WITHIN DRIVER DISPLAY (1) DASH MOUNTED PTO SWITCH WITH INDICATOR LAMP ELECTRIC ENGINE OIL PRESSURE GAUGE AM/FM/WB WORLD TUNER RADIO WITH AUXILIARY INPUT, J1939 DASH MOUNTED RADIO (2) RADIO SPEAKERS IN CAB AM/FM ANTENNA MOUNTED ON FORWARD LH ROOF ELECTRONIC MPH SPEEDOMETER WITH SECONDARY KPH SCALE, WITHOUT ODOMETER STANDARD VEHICLE SPEED SENSOR ELECTRONIC 3000 RPM TACHOMETER IDLE LIMITER, ELECTRONIC ENGINE TWO ON/OFF ROCKER SWITCHES IN THE DASH WITH INDICATOR LIGHTS AND WIRE ROUTED TO CHASSIS AT BACK OF CAB, LABEL OPT DIGITAL VOLTAGE DISPLAY INTEGRAL WITH DRIVER DISPLAY SINGLE ELECTRIC WINDSHIELD WIPER MOTOR WITH DELAY MARKER LIGHT SWITCH INTEGRAL WITH HEADLIGHT SWITCH ONE VALVE PARKING BRAKE SYSTEM WITH WARNING INDICATOR SELF CANCELING TURN SIGNAL SWITCH WITH DIMMER, WASHER/WiPER AND HAZARD IN HANDLE INTEGRAL ELECTRONIC TURN SIGNAL FLASHER WITH HAZARD LAMPS OVERRIDING STOP LAMPS Application Version 11.3.004 Data Version PRL-23M.042 SOUTH MIAMI 24 FT TRASH TRUCK Prepared by: Drew Ellison LOU 13ACHRODT FREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-886-6704 11/16/2020 2:56 PM Page 13 of 15 95 Prepared for. STEVE KULICK SOUTH MIAMI CITY OF 6130 SUNSET DR SOUTH MIAMI, FL 33143 Phone: 954 5451000 Extended -Warranty CUM 2017 L9: HD2 MD DTY 7 YEARS 1250.000 MILES 1402,500 KM EXTENDED WARRANTY. FEX APPLIES TC4: MD STANDARD 7 YEARS/250,000 MILES / 402.500 KM EXTENDED TRUCK COVERAGE. FEX APPLIES TOWING: 6 MONTHSIUNLIMITED MILES/KM EXTENDED TOWNG COVERAGE $550 CAP FEX APPLIES Deaier*lnstalled Options Weight Front Application Version 11.3.004 e Data Version PRL-23M.042 SOUTH MIAMI 24 FT TRASH TRUCK Prepared by: Drew Ellison LOU BACHRODT FREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-886-6704 Weight Rear 11/16/2020 2:56 PM Page 14 of 15 96 Prepared for. STEVE KULICK SOUTH MIAMI CITY OF 6130 SUNSET DR SOUTH MIAMI, FL 33143 Phone: 854 5451000 24 FT LONG TRASH BODY WITH 6FT HIGH SIDES AND 7FT WIDE BODY WITH TARP AND PTO FOR AUTO TRANS. GROUND LEVEL TARP. MUDFLAPS AND BACKUP ALARM. Total Dealer Installed Options Prepared by: Drew Ellison LOU BACHRODT FREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-886-6704 0 ibs 0 Ibs ('•7 All cost increases for major components (Engines, Transmissions, Axles, Front and Rear Tires) and government mandated requirements, tariffs, and raw material surcharges will be passed through and added to factory Invoices. Application Version 11.3.004 0 Data Version PRL-23M.042 (42--m-m-W- SOUTH MIAMI 24 FT TRASH TRUCK 11/16/2020 2:56 PM Page 15 of 15 97 FSA20 VEH18.0, Heavy Trucks Group: CAB AND CHASSIS TRUCKS: 30,000 LB GVWR Cab & Chassis (DRW) 4X2 Item: 58, Freightliner, M2, 106 Zone Rank Vendor Price Build File Options File Western Primary SBL Freightliner, LLC $37,750.00 Build Options Alternate Orlando Freightliner $42,754.00 Build Options Alternate Tampa Truck Center $53,196.00 Build Options Northern Primary SBL Freightliner, LLC $39,750.00 Build Options Alternate Orlando Freightliner $42,754.00 Build Options Alternate Tampa Truck Center $53,196.00 Build Options Central Primary SBL Freightliner, LLC $37,750.00 Build Options Alternate Orlando Freightliner $42,754.00 Build Options Alternate Tampa Truck Center $53,196.00 Build Options Southern Primary SBL Freightliner, LLC $37,750.00 Build Options Alternate Orlando Freightliner $42,754.00 Build Options Alternate Tampa Truck Center $53,196.00 Build Options 98