Loading...
Res No 163-23-16096RESOLUTION NO. 163-23-16096 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, APPROVING AND AUTHORIZING THE PURCHASE OF A CRANE FROM SBL FREIGHTLINER, LLC USING FLORIDA SHERIFFS ASSOCIATION CONTRACT #FSA-VEH21.0 IN AN AMOUNT NOT TO EXCEED $247,210.00; DECLARING THE EXISTING CRANE AS SURPLUS PROPERTY; PROVIDING FOR IMPLEMENTATION, CORRECTIONS, AND AN EFFECTIVE DATE. WHEREAS, the City of South Miami (the "City") Public Works Department (the "Department") utilizes a crane to provide removal of trash debris from residential prope11ies for City residents as requested; and WHEREAS, the Department is in need of a new crane (the "New Crane") to replace the Department's cu11·ent crane unit, a 2005, two-door international crane (the "Current Crane"), which has exhausted its useful life due to its continued use throughout the past years; and WHEREAS, the purchase contemplated by the City has been competitively bid by the Florida Sheriffs Association, which has entered into Contract FSA-VEH21.0 with SBL Freightliner, LLC (the "Vendor"); and WHEREAS, Article III, Section 5(H) of the City Charter provides that the City may make purchases through other governmental agencies that have followed similar bidding procedures; and WHEREAS, the Vendor provided a quote for the purchase of the Crane to the City in the amount of $247,210.00, attached hereto as Exhibit "A" (the "Quote"); and WHEREAS, the City Commission desires to authorize the City Manager to purchase the Crane from the Vendor consistent with the Quote in the amount of$247,210.00; and WHEREAS, the City Commission desires to approve and authorize the purchase of the New Crane from the Vendor consistent with the Quote in the amount of$24 7,210.00, with the cost charged to account Capital hnprovements (Vehicles and Equipment) account no. 30 l .1720.534.6440, which has a cui1·ent balance of $270,000 before the request; and WHEREAS, the City Commission finds that Cu1Tent Crane described above is obsolete and no longer economical or efficient to keep, and, in light of the purchase authorized in this Resolution, serves no useful function for activities within the City, and therefore declares it surplus personal property pursuant to Section 2-4. 7 of the City's Code of Ordinances (the "Code") to be sold or otheiwise disposed ofby the City Manager as provided in Section 2-4.7; and WHEREAS, the City Commission finds that this Re.c;olution is in the best interest and welfare of the City. Page 1 of2 Res. No. 163-23-16096 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AS FOLLOWS: Section 1. Recitals. The above-stated rec itals are true and co1Tect and are incorporated herein by this reference. Section 2. Approval of New Crane Purchase. The City Commission hereby approves the purchase of the New Crane from the Vendor, consistent with the Quote attached hereto as Exhibit "A," in an amount not to exceed $247,210.00, subject to a purchase order acceptable in form and substance to the City Manager and C ity Attorney. The City Manager is he reby authorized to charge the purchase of the N ew Crane to Capital Improvement (Vehicles and Equipment) account no. 30 J .1720.534.6440, which has a current balance of $270,000 before the request. Section 3. Decla1·ation of Surplus Property. Based on the City Commission's findin gs that the Current Crane is obsolete and no longer economical or efficient to keep , and, in light of the purchase authorized in this Resolution, serves no useful function for activities within the City. Accordingly, the City Commission declares s urplus personal prop e rty to b e to be sold or othe1wise disposed ofby the C ity Manager as provided in Section 2-4.7 of the Code. Section 4. Implementation. That the City Manage r is authorized to take any and all actions necessary to implement the Project, the Contract , and the purposes of this Resolution. Section 5. Corrections. Conforming language or technical scrivener-type corrections may b e made by the C ity Attorney for any conforming amendments to b e incorporated into the final reso lution for s ignature. Section 6. adoption. Effective Date. This Resolution s hall becom e effective immedia tely upon PASSED AND ADOPTED thi s 5th day of December, 2023. ATTEST: READ AND APPROVED AS TO FORM, LANGUAG E, LEGALITY AND EXECUTION THEREOF IS ~LFMAN COLE & BIERMAN, P .L. CITY A TIORNEY COMMISSION VOTE: Mayor Fernandez: V ice Mayor Bonich: Commi ss io ner Calle: Commi ss io ne r Liebman: Commissioner Corey: Page 2 of 2 5-0 Yea Yea Yea Yea Yea Agenda Item No:6. City Commission Agenda Item Report Meeting Date: December 5, 2023 Submitted by: Andrea Gaitan Submitting Department: Public Works & Engineering Item Type: Resolution Agenda Section: Subject: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, APPROVING AND AUTHORIZING THE PURCHASE OF A CRANE FROM SBL FREIGHTLINER, LLC USING FLORIDA SHERIFFS ASSOCIATION CONTRACT #FSA-VEH21.0 IN AN AMOUNT NOT TO EXCEED $247,210.00; DECLARING THE EXISTING CRANE AS SURPLUS PROPERTY; PROVIDING FOR IMPLEMENTATION, CORRECTIONS, AND AN EFFECTIVE DATE. 3/5 (CITY MANAGER-PUBLIC WORKS DEPT.) Suggested Action: Attachments: Memo-_Purchase_of_New_Crane_0.2__2_ (1).docx Resolution Approving Crane Purchase from SBL Freightliner LLC Exhibit A - Quote - SOUTH MIAMI CITY OF RS3 FSA23 247210.docx Bid Award FSA23-VEH21.0 Hvy Duty Spec 44.pdf Heavy_Trucks__Buses_Final_Award_Packet102023.pdf ITEM_44_OPTIONS_PDF_44 (1).pdf Vendor Directory.pdf SOUTH MIAMI BD FSA 23 247210.pdf 1 CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM TO: The Honorable Mayor, Vice Mayor, and Members of the City Commission FROM: Genaro “Chip” Iglesias, City Manager DATE: December 5, 2023 SUBJECT: Purchase of a new crane for Public Works RECOMMENDATION: Approval of the purchase of a new crane for the City’s Public Works Department, in an amount not to exceed $247,210. BACKGROUND: The crane will replace the current 2005, two-door international crane. The unit has exhausted its useful life due to its continued use throughout the past 18 years. Purchasing a new crane will eliminate the various costly repairs the unit will need. The purchase of the replacement crane was included in the Capital Improvement Program (CIP) for FY 24. The City of South Miami wishes to piggyback on the Florida Sheriff’s Association as a purchasing cooperative that awarded a contract to SBL Freightliner, LLC because of a competitive bid. FUNDING: The cost for the Crane will not exceed $247,210 and will be charged to account 301.1720.534.6440, Capital Improvement (Vehicles and Equipment), which has a current balance of $270,000 before the request was made. ATTACHMENTS: Resolution Heavy Duty Trucks and Buses Award Packet Bid Award-Item 44 Vendor Directory 2 SoutOOi • THE C ITY OF PLEASA am1 NT LIVING Prepared for: DREW TERPEK FLORIDA SHERIFFS ASSOCIATION PO BOX 12519 TALLAHASSEE, FL 32317 Phone: 8002268226 SOUTH MIAMI CITY OF FSA 23 VEH 21.0 SBL FREIGHTLINER LOW BID ON THIS ITEM 44 Prepared by: Drew Ellison SBL FREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-375-3304 Application Version 11.9.202 Data Version PRL-28M.017 SOUTH MIAMI CITY OF RS3 FSA23 10/26/2023 9:41 AM Page 1 of 16 Q U O T A T I O N M2 106 PLUS CONVENTIONAL CHASSIS SET BACK AXLE - TRUCK CUM B6.7 250 HP @ 2400 RPM, 2600 GOV, 660 LB-FT @ 1600 RPM ALLISON 3000 RDS AUTOMATIC TRANSMISSION WITH PTO PROVISION DETROIT DA-RS-21.0-4 21,000# R-SERIES SINGLE REAR AXLE 23,000# FLAT LEAF SPRING REAR SUSPENSION WITH RADIUS ROD DETROIT DA-F-12.0-3 12,000# FF1 71.5 KPI/3.74 DROP SINGLE FRONT AXLE 12,000# DUAL TAPERLEAF FRONT SUSPENSION 106 INCH BBC FLAT ROOF ALUMINUM CONVENTIONAL CAB 4100MM (161 INCH) WHEELBASE NO FIFTH WHEEL 11/32X3-1/2X10-3/16 INCH STEEL FRAME (8.73MMX258.8MM/0.344X10.19 INCH) 120KSI 1600MM (63 INCH) REAR FRAME OVERHANG PER UNIT TOTAL TAXES AND FEES FEDERAL EXCISE TAX (FET)$$ TAXES AND FEES $ $ OTHER CHARGES $$ TRADE-IN TRADE-IN ALLOWANCE $(0)$(0) COMMENTS: Projected delivery 2024 APPROVAL: Please indicate your acceptance of this quotation by signing below: Customer: X_______________________________________ Date: ___ / ___ / ___. VEHICLE PRICE TOTAL # OF UNITS (1)$$ EXTENDED WARRANTY $$ DEALER INSTALLED OPTIONS $$ CUSTOMER PRICE BEFORE TAX $$ BALANCE DUE (LOCAL CURRENCY)$247,210 $247,210 6 Prepared for: DREW TERPEK FLORIDA SHERIFFS ASSOCIATION PO BOX 12519 TALLAHASSEE, FL 32317 Phone: 8002268226 SOUTH MIAMI CITY OF FSA 23 VEH 21.0 SBL FREIGHTLINER LOW BID ON THIS ITEM 44 Prepared by: Drew Ellison SBL FREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-375-3304 Application Version 11.9.202 Data Version PRL-28M.017 SOUTH MIAMI CITY OF RS3 FSA23 10/26/2023 9:41 AM Page 2 of 16 Financing that works for you. See your local dealer for a competitive quote from Daimler Truck Financial, or contact us at Information@dtfoffers.com. Daimler Truck Financial offers a variety of finance, lease and insurance solutions to fit your business needs. For more information about our products and services, visit our website at www.daimler-truckfinancial.com. 7 Daimler Truck Fina ncial ® @Wii#OWID Prepared for: DREW TERPEK FLORIDA SHERIFFS ASSOCIATION PO BOX 12519 TALLAHASSEE, FL 32317 Phone: 8002268226 SOUTH MIAMI CITY OF FSA 23 VEH 21.0 SBL FREIGHTLINER LOW BID ON THIS ITEM 44 Prepared by: Drew Ellison SBL FREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-375-3304 Application Version 11.9.202 Data Version PRL-28M.017 SOUTH MIAMI CITY OF RS3 FSA23 10/26/2023 9:41 AM Page 3 of 16 S P E C I F I C A T I O N P R O P O S A L Description Price Level M2 PRL-28M (EFF:MY25 ORDERS) Data Version SPECPRO21 DATA RELEASE VER 017 Vehicle Configuration M2 106 PLUS CONVENTIONAL CHASSIS 2025 MODEL YEAR SPECIFIED SET BACK AXLE - TRUCK STRAIGHT TRUCK PROVISION, NON-TOWING LH PRIMARY STEERING LOCATION General Service TRUCK CONFIGURATION DOMICILED, USA (EXCLUDING CALIFORNIA AND CARB OPT-IN STATES) EPA EMISSIONS CERTIFICATION FOR REGISTRATION OUTSIDE CARB STATES - EPA CLEAN IDLE (INCLUDES 6X4 INCH LABEL ON LOWER FORWARD OF DRIVER DOOR) NO STATE/PROVINCE INITIAL REGISTRATION SELECTED CONSTRUCTION SERVICE GOVERNMENT BUSINESS SEGMENT DIRT/SAND/ROCK COMMODITY TERRAIN/DUTY: 100% (ALL) OF THE TIME, IN TRANSIT, IS SPENT ON PAVED ROADS MAXIMUM 8% EXPECTED GRADE SMOOTH CONCRETE OR ASPHALT PAVEMENT - MOST SEVERE IN-TRANSIT (BETWEEN SITES) ROAD SURFACE MEDIUM TRUCK WARRANTY EXPECTED FRONT AXLE(S) LOAD : 12000.0 lbs 8 Prepared for: DREW TERPEK FLORIDA SHERIFFS ASSOCIATION PO BOX 12519 TALLAHASSEE, FL 32317 Phone: 8002268226 SOUTH MIAMI CITY OF FSA 23 VEH 21.0 SBL FREIGHTLINER LOW BID ON THIS ITEM 44 Prepared by: Drew Ellison SBL FREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-375-3304 Application Version 11.9.202 Data Version PRL-28M.017 SOUTH MIAMI CITY OF RS3 FSA23 10/26/2023 9:41 AM Page 4 of 16 Description EXPECTED REAR DRIVE AXLE(S) LOAD : 21000.0 lbs EXPECTED GROSS VEHICLE WEIGHT CAPACITY : 33000.0 lbs Truck Service FLATBED/PLATFORM/STAKE BODY 3-V DISTRIBUTING INC EXPECTED BODY/PAYLOAD CG HEIGHT ABOVE FRAME "XX" INCHES : 32.0 in Engine CUM B6.7 250 HP @ 2400 RPM, 2600 GOV, 660 LB-FT @ 1600 RPM Electronic Parameters 75 MPH ROAD SPEED LIMIT CRUISE CONTROL SPEED LIMIT SAME AS ROAD SPEED LIMIT PTO GOVERNOR RAMP RATE - 1500 RPM PER SECOND CRUISE CONTROL BUTTON PTO CONTROL AND ONE REMOTE PTO SPEED PTO SPEED 1 SETTING - 1400 RPM PTO MINIMUM RPM - 700 REGEN INHIBIT SPEED THRESHOLD - 5 MPH PTO 1, DASH SWITCH, STATIONARY OPERATION ENGINE MOUNT PTO, TEM SUPPLIED REQUEST, DRIVING OPERATION Engine Equipment EPA 2010/GHG 2024 CONFIGURATION 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 1900CCA, 350RC, THREADED STUD BATTERIES BATTERY BOX FRAME MOUNTED STANDARD BATTERY JUMPERS SINGLE BATTERY BOX FRAME MOUNTED LH SIDE UNDER CAB 9 Prepared for: DREW TERPEK FLORIDA SHERIFFS ASSOCIATION PO BOX 12519 TALLAHASSEE, FL 32317 Phone: 8002268226 SOUTH MIAMI CITY OF FSA 23 VEH 21.0 SBL FREIGHTLINER LOW BID ON THIS ITEM 44 Prepared by: Drew Ellison SBL FREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-375-3304 Application Version 11.9.202 Data Version PRL-28M.017 SOUTH MIAMI CITY OF RS3 FSA23 10/26/2023 9:41 AM Page 5 of 16 Description WIRE GROUND RETURN FOR BATTERY CABLES WITH ADDITIONAL FRAME GROUND RETURN NON-POLISHED BATTERY BOX COVER POSITIVE LOAD DISCONNECT WITH CAB MOUNTED CONTROL SWITCH MOUNTED OUTBOARD DRIVER SEAT POSITIVE AND NEGATIVE POSTS FOR JUMPSTART LOCATED ON FRAME NEXT TO STARTER PROGRESSIVE LOW VOLTAGE DISCONNECT AT 12.3 VOLTS FOR DESIGNATED CIRCUITS CUMMINS TURBOCHARGED 18.7 CFM AIR COMPRESSOR WITH INTERNAL SAFETY VALVE STANDARD MECHANICAL AIR COMPRESSOR GOVERNOR AIR COMPRESSOR DISCHARGE LINE ELECTRONIC ENGINE INTEGRAL SHUTDOWN PROTECTION SYSTEM CUMMINS 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 ACTIVE REGENERATION AND VIRTUAL REGENERATION REQUEST SWITCH IN CLUSTER AND DASH MOUNTED INHIBIT 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 AIR POWERED ON/OFF ENGINE FAN CLUTCH AUTOMATIC FAN CONTROL WITHOUT DASH SWITCH, NON ENGINE MOUNTED CUMMINS SPIN ON FUEL FILTER FULL FLOW OIL FILTER 700 SQUARE INCH ALUMINUM RADIATOR ANTIFREEZE TO -34F, OAT (NITRITE AND SILICATE FREE) EXTENDED LIFE COOLANT 10 Prepared for: DREW TERPEK FLORIDA SHERIFFS ASSOCIATION PO BOX 12519 TALLAHASSEE, FL 32317 Phone: 8002268226 SOUTH MIAMI CITY OF FSA 23 VEH 21.0 SBL FREIGHTLINER LOW BID ON THIS ITEM 44 Prepared by: Drew Ellison SBL FREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-375-3304 Application Version 11.9.202 Data Version PRL-28M.017 SOUTH MIAMI CITY OF RS3 FSA23 10/26/2023 9:41 AM Page 6 of 16 Description 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 29MT STARTER WITH INTEGRATED MAGNETIC SWITCH Transmission ALLISON 3000 RDS AUTOMATIC TRANSMISSION WITH PTO PROVISION Transmission Equipment ALLISON VOCATIONAL PACKAGE 180 - AVAILABLE ON 3000/4000 PRODUCT FAMILIES WITH VOCATIONAL MODEL RDS ALLISON VOCATIONAL RATING FOR 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 11 Prepared for: DREW TERPEK FLORIDA SHERIFFS ASSOCIATION PO BOX 12519 TALLAHASSEE, FL 32317 Phone: 8002268226 SOUTH MIAMI CITY OF FSA 23 VEH 21.0 SBL FREIGHTLINER LOW BID ON THIS ITEM 44 Prepared by: Drew Ellison SBL FREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-375-3304 Application Version 11.9.202 Data Version PRL-28M.017 SOUTH MIAMI CITY OF RS3 FSA23 10/26/2023 9:41 AM Page 7 of 16 Description DRIVER SWITCH INPUT - DEFAULT - NO SWITCHES QUICKFIT BODY LIGHTING CONNECTOR AT END OF FRAME, WITH BLUNTCUTS ELECTRONIC TRANSMISSION WIRING TO CUSTOMER INTERFACE CONNECTOR CUSTOMER INSTALLED CHELSEA 280 SERIES PTO PTO MOUNTING, LH SIDE OF MAIN TRANSMISSION ALLISON MAGNETIC PLUGS, ENGINE DRAIN, TRANSMISSION DRAIN, AXLE(S) FILL AND DRAIN PUSH BUTTON ELECTRONIC SHIFT CONTROL, DASH MOUNTED TRANSMISSION PROGNOSTICS - ENABLED 2013 WATER TO OIL TRANSMISSION COOLER, IN RADIATOR END TANK TRANSMISSION OIL CHECK AND FILL WITH ELECTRONIC OIL LEVEL CHECK SYNTHETIC TRANSMISSION FLUID (TES-295 COMPLIANT) Front Axle and Equipment DETROIT DA-F-12.0-3 12,000# FF1 71.5 KPI/3.74 DROP SINGLE FRONT AXLE MERITOR 16.5X5 Q+ CAST SPIDER CAM FRONT BRAKES, DOUBLE ANCHOR, FABRICATED SHOES NON-ASBESTOS FRONT BRAKE LINING CAST IRON OUTBOARD FRONT BRAKE DRUMS 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 MINERAL SAE 80/90 FRONT AXLE LUBE Front Suspension 12,000# DUAL TAPERLEAF FRONT SUSPENSION 12 Prepared for: DREW TERPEK FLORIDA SHERIFFS ASSOCIATION PO BOX 12519 TALLAHASSEE, FL 32317 Phone: 8002268226 SOUTH MIAMI CITY OF FSA 23 VEH 21.0 SBL FREIGHTLINER LOW BID ON THIS ITEM 44 Prepared by: Drew Ellison SBL FREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-375-3304 Application Version 11.9.202 Data Version PRL-28M.017 SOUTH MIAMI CITY OF RS3 FSA23 10/26/2023 9:41 AM Page 8 of 16 Description MAINTENANCE FREE RUBBER BUSHINGS - FRONT SUSPENSION FRONT SHOCK ABSORBERS Rear Axle and Equipment DETROIT DA-RS-21.0-4 21,000# R-SERIES SINGLE REAR AXLE 6.14 REAR AXLE RATIO IRON REAR AXLE CARRIER WITH STANDARD AXLE HOUSING MXL 17T MERITOR EXTENDED LUBE MAIN DRIVELINE WITH HALF ROUND YOKES DRIVER CONTROLLED TRACTION DIFFERENTIAL - SINGLE REAR AXLE (1) DRIVER CONTROLLED DIFFERENTIAL LOCK REAR VALVE FOR SINGLE DRIVE AXLE INDICATOR LIGHT FOR EACH DIFFERENTIAL LOCKOUT SWITCH MERITOR 16.5X7 Q+ CAST SPIDER CAM REAR BRAKES, DOUBLE ANCHOR, FABRICATED SHOES NON-ASBESTOS REAR BRAKE LINING BRAKE CAMS AND CHAMBERS ON REAR SIDE OF DRIVE AXLE(S) CAST IRON OUTBOARD REAR BRAKE DRUMS 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 Rear Suspension 23,000# FLAT LEAF SPRING REAR SUSPENSION WITH RADIUS ROD SPRING SUSPENSION - NO AXLE SPACERS STANDARD AXLE SEATS IN AXLE CLAMP GROUP FORE/AFT CONTROL RODS Pusher / Tag Equipment NO PUSHER/TAG BRAKE DUST SHIELDS Brake System AIR BRAKE PACKAGE WABCO 4S/4M ABS WITH TRACTION CONTROL 13 Prepared for: DREW TERPEK FLORIDA SHERIFFS ASSOCIATION PO BOX 12519 TALLAHASSEE, FL 32317 Phone: 8002268226 SOUTH MIAMI CITY OF FSA 23 VEH 21.0 SBL FREIGHTLINER LOW BID ON THIS ITEM 44 Prepared by: Drew Ellison SBL FREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-375-3304 Application Version 11.9.202 Data Version PRL-28M.017 SOUTH MIAMI CITY OF RS3 FSA23 10/26/2023 9:41 AM Page 9 of 16 Description 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 WABCO SYSTEM SAVER HP WITH INTEGRAL AIR GOVERNOR AND HEATER AIR DRYER FRAME MOUNTED 2 STEEL AIR TANKS STACKED OUTBOARD MOUNTED PARRALLEL TO RAIL PULL CABLES ON ALL AIR RESERVOIR(S) Trailer Connections NO TRAILER AIR HOSE NO AIR HOSE HANGER NO TRAILER ELECTRICAL CABLE Wheelbase & Frame 4100MM (161 INCH) WHEELBASE 11/32X3-1/2X10-3/16 INCH STEEL FRAME (8.73MMX258.8MM/0.344X10.19 INCH) 120KSI 1600MM (63 INCH) REAR FRAME OVERHANG FRAME OVERHANG RANGE: 61 INCH TO 70 INCH CALC'D BACK OF CAB TO REAR SUSP C/L (CA) : 95.87 in CALCULATED EFFECTIVE BACK OF CAB TO REAR SUSPENSION C/L (CA) : 92.87 in CALC'D FRAME LENGTH - OVERALL : 261.81 in CALCULATED FRAME SPACE LH SIDE : 61.15 in CALCULATED FRAME SPACE RH SIDE : 63.25 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 14 Prepared for: DREW TERPEK FLORIDA SHERIFFS ASSOCIATION PO BOX 12519 TALLAHASSEE, FL 32317 Phone: 8002268226 SOUTH MIAMI CITY OF FSA 23 VEH 21.0 SBL FREIGHTLINER LOW BID ON THIS ITEM 44 Prepared by: Drew Ellison SBL FREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-375-3304 Application Version 11.9.202 Data Version PRL-28M.017 SOUTH MIAMI CITY OF RS3 FSA23 10/26/2023 9:41 AM Page 10 of 16 Description Chassis Equipment THREE-PIECE 14 INCH PAINTED STEEL BUMPER WITH COLLAPSIBLE ENDS SINGLE LICENSE PLATE BUMPER MOUNTING ON LH SIDE NO MUDFLAP BRACKETS NO REAR MUDFLAPS FENDER AND FRONT OF HOOD MOUNTED FRONT MUDFLAPS GRADE 8 THREADED HEX HEADED FRAME FASTENERS EXTERIOR HARNESSES WRAPPED IN ABRASION TAPE CLEAR FRAME RAILS FROM BACK OF CAB TO FRONT REAR SUSPENSION BRACKET, BOTH RAILS OUTBOARD Fifth Wheel NO FIFTH WHEEL Fuel Tanks 50 GALLON/189 LITER SHORT 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 FUEL TANK CAP(S) DETROIT FUEL/WATER SEPARATOR WITH WATER IN FUEL SENSOR AND HAND PRIMER EQUIFLO INBOARD FUEL SYSTEM HIGH TEMPERATURE REINFORCED NYLON FUEL LINE Tires CONTINENTAL HSR3 11R22.5 14 PLY RADIAL FRONT TIRES CONTINENTAL HDR2+ 11R22.5 14 PLY RADIAL REAR TIRES Hubs CONMET PRESET PLUS PREMIUM IRON FRONT HUBS CONMET PRESET PLUS PREMIUM IRON REAR HUBS 15 Prepared for: DREW TERPEK FLORIDA SHERIFFS ASSOCIATION PO BOX 12519 TALLAHASSEE, FL 32317 Phone: 8002268226 SOUTH MIAMI CITY OF FSA 23 VEH 21.0 SBL FREIGHTLINER LOW BID ON THIS ITEM 44 Prepared by: Drew Ellison SBL FREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-375-3304 Application Version 11.9.202 Data Version PRL-28M.017 SOUTH MIAMI CITY OF RS3 FSA23 10/26/2023 9:41 AM Page 11 of 16 Description Wheels MAXION WHEELS 91262 22.5X8.25 10-HUB PILOT 6.20 INSET 5-HAND STEEL DISC FRONT WHEELS MAXION WHEELS 91262 22.5X8.25 10-HUB PILOT 5-HAND STEEL DISC REAR WHEELS FRONT WHEEL MOUNTING NUTS REAR WHEEL MOUNTING NUTS Cab Exterior 106 INCH BBC FLAT ROOF ALUMINUM CONVENTIONAL CAB RUBBER CAB MOUNTS LH AND RH GRAB HANDLES MOLD-IN COLOR GRILLE MOLD-IN COLOR HOOD MOUNTED AIR INTAKE GRILLE FIBERGLASS HOOD HOOD LINER, ADDED FIREWALL AND FLOOR HEAT INSULATION VALVE AND PLUMBING FOR CUSTOMER FURNISHED AIR HORN, PIPING CAPPED AT FIREWALL DUAL ELECTRIC HORNS REAR LICENSE PLATE MOUNT END OF FRAME INTEGRAL HEADLIGHT/MARKER ASSEMBLY LED AERODYNAMIC MARKER LIGHTS DAYTIME RUNNING LIGHTS INTEGRAL STOP/TAIL/BACKUP LIGHTS STANDARD FRONT TURN SIGNAL LAMPS DUAL WEST COAST BRIGHT FINISH HEATED MIRRORS WITH LH AND RH REMOTE 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 RH AND LH ELECTRIC POWERED WINDOWS 1-PIECE SOLAR GREEN GLASS WINDSHELD 16 Prepared for: DREW TERPEK FLORIDA SHERIFFS ASSOCIATION PO BOX 12519 TALLAHASSEE, FL 32317 Phone: 8002268226 SOUTH MIAMI CITY OF FSA 23 VEH 21.0 SBL FREIGHTLINER LOW BID ON THIS ITEM 44 Prepared by: Drew Ellison SBL FREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-375-3304 Application Version 11.9.202 Data Version PRL-28M.017 SOUTH MIAMI CITY OF RS3 FSA23 10/26/2023 9:41 AM Page 12 of 16 Description 2 GALLON WINDSHIELD WASHER RESERVOIR WITHOUT FLUID LEVEL INDICATOR, FRAME MOUNTED Cab Interior RUGGED TRIM PACKAGE GRAY & CARBON VINYL INTERIOR "RUGGED" CARBON WITH PREMIUM GUNMETAL ACCENT (RUGGED) MOLDED PLASTIC DOOR PANEL MOLDED PLASTIC DOOR PANEL BLACK MATS WITH SINGLE INSULATION (1) 12V DASH MOUNTED POWER OUTLET FORWARD ROOF MOUNTED CONSOLE LH AND RH DOOR STORAGE POCKETS INTEGRATED INTO MOLDED DOOR PANELS DIGITAL ALARM CLOCK IN DRIVER DISPLAY (2) CUP HOLDERS LH AND RH DASH M2/SD DASH HEATER, DEFROSTER AND AIR CONDITIONER 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 STANDARD LED CAB LIGHTING REMOTE KEYLESS ENTRY AND 2 TRANSMITTERS DOOR LOCKS AND IGNITION SWITCH KEYED THE SAME KEY QUANTITY OF 2 LH AND RH ELECTRIC DOOR LOCKS BASIC ISRINGHAUSEN HIGH BACK AIR SUSPENSION DRIVERS SEAT WTIH MECHANICAL LUMBAR AND INTEGRATED CUSHION EXTENSION BASIC ISRI HIGH BACK NON SUSPENSION PASSENGER SEAT 17 Prepared for: DREW TERPEK FLORIDA SHERIFFS ASSOCIATION PO BOX 12519 TALLAHASSEE, FL 32317 Phone: 8002268226 SOUTH MIAMI CITY OF FSA 23 VEH 21.0 SBL FREIGHTLINER LOW BID ON THIS ITEM 44 Prepared by: Drew Ellison SBL FREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-375-3304 Application Version 11.9.202 Data Version PRL-28M.017 SOUTH MIAMI CITY OF RS3 FSA23 10/26/2023 9:41 AM Page 13 of 16 Description LH AND RH INTEGRAL DOOR PANEL ARMRESTS RUGGED CLOTH BLACK WITH GRAY DRIVER SEAT BLACK VINYL PASSENGER SEAT COVER BLACK SEAT BELTS FIXED STEERING COLUMN 4-SPOKE 18 INCH (450MM) LEATHER WRAPPED STEERING WHEEL WITH CHROME SWITCH BEZELS DRIVER AND PASSENGER INTERIOR SUN VISORS Instruments & Controls ELECTRONIC ACCELERATOR CONTROL INTEGRATED UPPER & LOWER STORAGE PANELS ENGINE REMOTE INTERFACE WITH PARK BRAKE INTERLOCK BRIGHT ARGENT FINISH GAUGE BEZELS LOW AIR PRESSURE INDICATOR LIGHT AND AUDIBLE ALARM DUAL NEEDLE PRIMARY AND SECONDARY AIR PRESSURE GAUGE INTAKE MOUNTED AIR RESTRICTION INDICATOR WITHOUT GRADUATIONS ELECTRONIC CRUISE CONTROL WITH CONTROLS ON STEERING WHEEL SPOKES KEY OPERATED IGNITION SWITCH AND INTEGRAL START POSITION; 4 POSITION OFF/RUN/START/ACCESSORY PREMIUM INSTRUMENT CLUSTER WITH 5.0 INCH TFT COLOR DISPLAY DIGITAL PANEL LAMP DIMMER SWITCH IN DRIVER DISPLAY HEAVY DUTY ONBOARD DIAGNOSTICS INTERFACE CONNECTOR LOCATED BELOW LH DASH 2 INCH ELECTRIC FUEL GAUGE ENGINE REMOTE INTERFACE WITH ONE OR MORE SET SPEEDS QUICKFIT POWERTRAIN INTERFACE CONNECTOR UNDER CAB WITH BLUNTCUTS NO ADDITIONAL EXTRA SWITCH ACCUATORS 1 EXTRA PROGRAMMABLE SWITCH/INDICATOR QUICKFIT PROGRAMMABLE INTERFACE CONNECTOR(S) UNDER CAB WITH BLUNTCUTS 18 Prepared for: DREW TERPEK FLORIDA SHERIFFS ASSOCIATION PO BOX 12519 TALLAHASSEE, FL 32317 Phone: 8002268226 SOUTH MIAMI CITY OF FSA 23 VEH 21.0 SBL FREIGHTLINER LOW BID ON THIS ITEM 44 Prepared by: Drew Ellison SBL FREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-375-3304 Application Version 11.9.202 Data Version PRL-28M.017 SOUTH MIAMI CITY OF RS3 FSA23 10/26/2023 9:41 AM Page 14 of 16 Description ENGINE REMOTE INTERFACE CONNECTOR AT POWERTRAIN INTERFACE CONNECTOR ELECTRICAL ENGINE COOLANT TEMPERATURE GAUGE 2 INCH TRANSMISSION OIL TEMPERATURE GAUGE ELECTRONIC OUTSIDE TEMPERATURE SENSOR DISPLAY IN DRIVER MESSAGE CENTER ENGINE AND TRIP HOUR METERS INTEGRAL WITHIN DRIVER DISPLAY PTO CONTROLS FOR ENHANCED VEHICLE ELECTRIC/ELECTRONIC ARCHITECTURE DETROIT ASSURANCE, ACTIVE BRAKE ASSIST 5, WITHOUT ADAPTIVE CRUISE CONTROL SIDE GUARD ASSIST PHYSICAL OFF SWITCH (IF EQUIPPED), TRAFFIC SIGN DISPLAY VIRTUAL OFF SWITCH, (NO ACTIVE BRAKE ASSIST OFF SWITCH) ELECTRONIC STABILITY CONTROL,4X2 W/SAFETY MIN BODY WEIGHT EXCEEDS 4,000LBS REQ DETROIT ASSURANCE 5.0 LANE DEPARTURE WARNING SYSTEM WITH 15 MINUTE OFF TIMEOUT DASH SWITCH ELECTRIC ENGINE OIL PRESSURE GAUGE QUICKFIT PROGRAMMABLE INTERFACE MODULE AM/FM/WB WORLD TUNER RADIO WITH BLUETOOTH, USB AND AUXILIARY INPUTS, J1939 DASH MOUNTED RADIO (2) RADIO SPEAKERS IN CAB AM/FM ANTENNA MOUNTED ON FORWARD LH ROOF STANDARD RADIO WIRING WITH STEERING WHEEL CONTROLS ELECTRONIC MPH SPEEDOMETER WITH SECONDARY KPH SCALE, WITHOUT ODOMETER STANDARD VEHICLE SPEED SENSOR ELECTRONIC 3000 RPM TACHOMETER DETROIT CONNECT PLATFORM HARDWARE 3 YEARS DAIMLER CONNECTIVITY BASE PACKAGE (FEATURES VARY BY MODEL) POWERED BY DETROIT CONNECT 19 Prepared for: DREW TERPEK FLORIDA SHERIFFS ASSOCIATION PO BOX 12519 TALLAHASSEE, FL 32317 Phone: 8002268226 SOUTH MIAMI CITY OF FSA 23 VEH 21.0 SBL FREIGHTLINER LOW BID ON THIS ITEM 44 Prepared by: Drew Ellison SBL FREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-375-3304 Application Version 11.9.202 Data Version PRL-28M.017 SOUTH MIAMI CITY OF RS3 FSA23 10/26/2023 9:41 AM Page 15 of 16 Description 3 YEARS DETROIT CONNECT SAFETY EVENT VIEWER PACKAGE FOR DETROIT ASSURANCE DETROIT CONNECT PLATFORM TMC RP1226 ACCESSORY CONNECTOR LOCATED BEHIND PASSENGER SIDE REMOVEABLE DASH PANEL IGNITION SWITCH CONTROLLED ENGINE STOP 8 SWITCH SLOTS, DRIVER OVERHEAD CONSOLE STEERING WHEEL MOUNTED ELECTRIC HORN CONTROL NO TRAILER HAND CONTROL BRAKE VALVE DIGITAL VOLTAGE DISPLAY INTEGRAL WITH DRIVER DISPLAY SINGLE ELECTRIC WINDSHIELD WIPER MOTOR WITH DELAY AUTOMATIC WIPERS/HEADLAMPS, INTELLIGENT HIGH-BEAM ONE VALVE PARKING BRAKE SYSTEM WITH WARNING INDICATOR SELF CANCELING TURN SIGNAL SWITCH WITH DIMMER, HEADLAMP FLASH, WASH/WIPE/INTERMITTENT INTEGRAL ELECTRONIC TURN SIGNAL FLASHER WITH 40 AMP (20 AMP PER SIDE) TRAILER LAMP CAPACITY Design PAINT: ONE SOLID COLOR 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 WHEELS/RIMS (PKWHT21, TKWHT21, W, TW) BUMPER PAINT: FP24812 ARGENT SILVER DUPONT FLEX NO CAB/BODY EXTERIOR DECALS STANDARD E COAT/UNDERCOATING Certification / Compliance U.S. FMVSS CERTIFICATION, EXCEPT SALES CABS AND GLIDER KITS 20 Prepared for: DREW TERPEK FLORIDA SHERIFFS ASSOCIATION PO BOX 12519 TALLAHASSEE, FL 32317 Phone: 8002268226 SOUTH MIAMI CITY OF FSA 23 VEH 21.0 SBL FREIGHTLINER LOW BID ON THIS ITEM 44 Prepared by: Drew Ellison SBL FREIGHTLINER 2840 CENTER PORT CIRCLE POMPANO BEACH, FL 33064 Phone: 407-375-3304 Application Version 11.9.202 Data Version PRL-28M.017 SOUTH MIAMI CITY OF RS3 FSA23 10/26/2023 9:41 AM Page 16 of 16 Extended Warranty CUM 2017 B6.7: HD1 MD DTY 6 YEARS / 250,000 MILES / 402,500 KM EXTENDED WARRANTY. FEX APPLIES TC1: MD MODERATE 7 YEARS/200,000 MILES/322,000 KM. EXTENDED TRUCK COVERAGE FEX APPLIES Dealer Installed Options Weight Front Weight Rear PETERSEN RS3 PER ATTACHED SPECS 0 0 Total Dealer Installed Options 0 lbs 0 lbs (***) 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. 21 2210/17/23, 12:14 PM Award Report I Vendorlink Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group: Cab and Chassis Trucks: 30,000 lbs. GVWR (DRW) 4x2 Item: 44, Freightliner, M2, 106 Zone Rank Vendor Price Build File Options File Western Primary Tampa Truck Center $77,329.00 Build Options Alternate Orlando Freightliner $77,354.00 Build Options Alternate SBL Freightliner, LLC $77,500.00 Build Options Northern Primary Orlando Freightliner $77,074.00 Build Options Alternate Tampa Truck Center $77,329.00 Build Options Alternate SBL Freightliner, LLC $77,900.00 Build Options Central Primary Orlando Freightliner $76,774.00 Build Options Alternate SBL Freightliner, LLC $77,300.00 Build Options Alternate Tampa Truck Center $77,329.00 Build Options Southern Primary SBL Freightliner, LLC $76,900.00 Build Options Alternate Tampa Truck Center $77,329.00 Build Options Alternate Orlando Freightliner $77,354.00 Build Options https://www.myvendorlink.com/external/award?s= 1524 77 &i=44 2/2 FSA Cooperative Purchasing Program FSA23-VEH21.0: Heavy Trucks & Buses Final Award Contract Packet 23 FLORIDA SHERIFFS ASSOCIATION Notice of Final Award FSA23-VEH21.0: Heavy Trucks & Buses Date: October 1, 2023 To: Bidders and Purchasers From: Hugh Oliver, Cooperative Purchasing Program Manger Re: Notice of Final Award for FSA23-VEH21.0: Heavy Trucks & Buses Florida Sheriffs Association (FSA) has completed its 21st year of the cooperative purchasing heavy trucks and buses contract. FSA is issuing the Notice of Final Award for contract FSA23-VEH21.0: Heavy Trucks & Buses that will be effective from October 1, 2023, through September 30, 2024. This year’s bid included 80 items. The contract will offer class 3-5 cab & chassis trucks and buses. The competitive process for this award began in May 2023, when stakeholders were surveyed regarding procurement needs. Items were added based on survey results and the Fleet Advisory Committee’s review of products. An advertisement for the Invitation to Bid was published in the Florida Administrative Weekly, as well as the State of Florida’s Office of Supplier Diversity and the FSA websites. On May 5, 2023, a direct notification was sent to 716 prospective bidders to participate in a voluntary bidder workshop. The ITB advertisement resulted in 81 pre-bid attendees or waivers. Of these respondents, 30 submitted bids and 29 qualified. FSA has identified intended awardees in the attached Final Award Report. The Final Award Report shows up to three lowest bidders per item, per zone. The Florida Sheriffs Association Cooperative Purchasing Program has followed the Contract Terms and Conditions for this procurement. Bidders that become awarded vendors are governed by their manufacturer agreements and the Contract Terms and Conditions. Contract pricing will be extended and guaranteed to the Florida Sheriffs Association, any unit of local government, political subdivision or agency of the State of Florida, or to other entities approved by manufacturers to buy from 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 manufacturer’s agreement. All purchasers are bound by state law, local ordinances, rules, and regulations for purchases made under this contract. 24 Protecting, Leading & Uniting ... since 1893 FLORIDA SHERIFFS ASSOCIATION 2617 Mahan Drive, Tallahassee, Florida 32308 P.O. Box 12519 • Tallahassee, Florida 32317-2519 p: (850) 877-2165 f: (850) 878-8665 www.flsheriffs.org IJ 13 FSA Cooperative Purchasing Program FSA23-VEH21.0: Heavy Trucks & Buses Current Contract Prices 25 FLORIDA SHERIFFS ASSOCIATION Item #Item Group Item Model #Link 1 Buses Electric: 19 to 20 Passenger Capacity Range, Van-Type Cutaway Chassis Endera B-Series B-Series https://www.myvendorlink.com/external/award?s=152477&i=1 2 Buses Electric: 20 to 52 Passenger Capacity Range, Conventional-Type Chassis Bluebird Vision Electric Vision Electric https://www.myvendorlink.com/external/award?s=152477&i=2 3 Buses Electric: 20 to 52 Passenger Capacity Range, Conventional-Type Chassis Bluebird All-American Electric T3RE https://www.myvendorlink.com/external/award?s=152477&i=3 5 Buses Electric: 20 to 52 Passenger Capacity Range, Conventional-Type Chassis Phoenix Motorcars Z600 Type A School Bus Z600 https://www.myvendorlink.com/external/award?s=152477&i=5 6 Buses Electric: 44 To 80 Passenger Capacity Range, Commercial-Type Chassis BYD The Dreamer Type D Electric School Bus https://www.myvendorlink.com/external/award?s=152477&i=6 7 Buses: 14 to 25 Passenger Capacity Range, Van-Type Cutaway Chassis Endera B-Series B-Series https://www.myvendorlink.com/external/award?s=152477&i=7 8 Buses: 14 to 25 Passenger Capacity Range, Van-Type Cutaway Chassis Starcraft Allstar Allstar https://www.myvendorlink.com/external/award?s=152477&i=8 9 Buses: 20 to 52 Passenger Capacity Range, Conventional Truck-Type Cutaway Chassis Bluebird Vision Vision https://www.myvendorlink.com/external/award?s=152477&i=9 11 Buses: 20 to 52 Passenger Capacity Range, Conventional Truck-Type Cutaway Chassis Starcraft Allstar Allstar https://www.myvendorlink.com/external/award?s=152477&i=11 12 Buses: 33 to 54 Passenger Capacity Range, Commercial-Type, Rear Engine Chassis Bluebird T3RE T3RE https://www.myvendorlink.com/external/award?s=152477&i=12 13 Buses: 36 to 52 Passenger Capacity Range, Commercial-Type, Front Engine Chassis Bluebird T3FE T3FE https://www.myvendorlink.com/external/award?s=152477&i=13 14 Cab and Chassis Trucks Electric: 54,000 lbs. GVWR 4x6 Semi Tractor Kenworth T680E T680E https://www.myvendorlink.com/external/award?s=152477&i=14 15 Cab and Chassis Trucks Electric: 54,000 lbs. GVWR 4x6 Semi Tractor Peterbilt 579EV 579EV https://www.myvendorlink.com/external/award?s=152477&i=15 16 Cab and Chassis Trucks Electric: 54,000 lbs. GVWR 4x6 Semi Tractor Volvo VNR VNR https://www.myvendorlink.com/external/award?s=152477&i=16 18 Cab and Chassis Trucks Electric: Conventional Cab 33,000 lbs. GVWR (DRW) 4x2 International EMV MV60E https://www.myvendorlink.com/external/award?s=152477&i=18 19 Cab and Chassis Trucks Electric: Conventional Cab 33,000 lbs. GVWR (DRW) 4x2 Mack MD7 Electric MDe7 https://www.myvendorlink.com/external/award?s=152477&i=19 20 Cab and Chassis Trucks Electric: Tilt Cab 26,000 lbs. GVWR (DRW) 4x2 Battle Motors LNT LNT https://www.myvendorlink.com/external/award?s=152477&i=20 21 Cab and Chassis Trucks Electric: Tilt Cab 26,000 lbs. GVWR (DRW) 4x2 Peterbilt 220EV 220 https://www.myvendorlink.com/external/award?s=152477&i=21 23 Cab and Chassis Trucks: 17,500 lbs. GVWR (DRW) 4x2 Ford F-550 Crew Cab W5G https://www.myvendorlink.com/external/award?s=152477&i=23 24 Cab and Chassis Trucks: 17,500 lbs. GVWR (DRW) 4x2 Ford F-550 Super Cab X5G https://www.myvendorlink.com/external/award?s=152477&i=24 25 Cab and Chassis Trucks: 17,500 lbs. GVWR (DRW) 4x2 Ford F-600 Super Cab F6K https://www.myvendorlink.com/external/award?s=152477&i=25 26 Cab and Chassis Trucks: 17,500 lbs. GVWR (DRW) 4x2 Ford F-550 Regular Cab F5G https://www.myvendorlink.com/external/award?s=152477&i=26 27 Cab and Chassis Trucks: 17,500 lbs. GVWR (DRW) 4x2 International CV 515 https://www.myvendorlink.com/external/award?s=152477&i=27 28 Cab and Chassis Trucks: 17,500 lbs. GVWR (DRW) 4x2 Kenworth T180 T180 https://www.myvendorlink.com/external/award?s=152477&i=28 29 Cab and Chassis Trucks: 17,500 lbs. GVWR (DRW) 4x2 Peterbilt 535 535 https://www.myvendorlink.com/external/award?s=152477&i=29 31 Cab and Chassis Trucks: 17,500 lbs. GVWR (DRW) 4x4 Ford F-550 Super Cab X5H https://www.myvendorlink.com/external/award?s=152477&i=31 32 Cab and Chassis Trucks: 17,500 lbs. GVWR (DRW) 4x4 Ford F-550 Crew Cab W5H https://www.myvendorlink.com/external/award?s=152477&i=32 33 Cab and Chassis Trucks: 17,500 lbs. GVWR (DRW) 4x4 Ford F-550 Regular Cab F5H https://www.myvendorlink.com/external/award?s=152477&i=33 34 Cab and Chassis Trucks: 17,500 lbs. GVWR (DRW) 4x4 Ford F-600 Regular Cab F6L https://www.myvendorlink.com/external/award?s=152477&i=34 35 Cab and Chassis Trucks: 17,500 lbs. GVWR (DRW) 4x4 International CV 515 https://www.myvendorlink.com/external/award?s=152477&i=35 36 Cab and Chassis Trucks: 25,500 lbs. GVWR (DRW) 4x2 Ford F-650 Regular Cab F6D https://www.myvendorlink.com/external/award?s=152477&i=36 37 Cab and Chassis Trucks: 25,500 lbs. GVWR (DRW) 4x2 Freightliner M2 106 https://www.myvendorlink.com/external/award?s=152477&i=37 38 Cab and Chassis Trucks: 25,500 lbs. GVWR (DRW) 4x2 Hino L6 L6 https://www.myvendorlink.com/external/award?s=152477&i=38 39 Cab and Chassis Trucks: 25,500 lbs. GVWR (DRW) 4x2 International MV 607 https://www.myvendorlink.com/external/award?s=152477&i=39 40 Cab and Chassis Trucks: 25,500 lbs. GVWR (DRW) 4x2 Kenworth T280 T280 https://www.myvendorlink.com/external/award?s=152477&i=40 41 Cab and Chassis Trucks: 25,500 lbs. GVWR (DRW) 4x2 Mack MD6 MD6 https://www.myvendorlink.com/external/award?s=152477&i=41 42 Cab and Chassis Trucks: 25,500 lbs. GVWR (DRW) 4x2 Peterbilt 536 536 https://www.myvendorlink.com/external/award?s=152477&i=42 43 Cab and Chassis Trucks: 30,000 lbs. GVWR (DRW) 4x2 Ford F-750 Regular Cab F7D https://www.myvendorlink.com/external/award?s=152477&i=43 44 Cab and Chassis Trucks: 30,000 lbs. GVWR (DRW) 4x2 Freightliner M2 106 https://www.myvendorlink.com/external/award?s=152477&i=44 45 Cab and Chassis Trucks: 30,000 lbs. GVWR (DRW) 4x2 Hino L7 L7 https://www.myvendorlink.com/external/award?s=152477&i=45 46 Cab and Chassis Trucks: 30,000 lbs. GVWR (DRW) 4x2 International MV 607 https://www.myvendorlink.com/external/award?s=152477&i=46 47 Cab and Chassis Trucks: 30,000 lbs. GVWR (DRW) 4x2 Kenworth T380 T380 https://www.myvendorlink.com/external/award?s=152477&i=47 48 Cab and Chassis Trucks: 30,000 lbs. GVWR (DRW) 4x2 Mack MD7 MD7 https://www.myvendorlink.com/external/award?s=152477&i=48 49 Cab and Chassis Trucks: 30,000 lbs. GVWR (DRW) 4x2 Peterbilt 537 537 https://www.myvendorlink.com/external/award?s=152477&i=49 50 Cab and Chassis Trucks: 30,000 lbs. GVWR (DRW) 4x2 Western Star 47X 47X https://www.myvendorlink.com/external/award?s=152477&i=50 51 Cab and Chassis Trucks: 52,000 lbs. GVWR Semi Tractor 4x6 Freightliner M2 112 https://www.myvendorlink.com/external/award?s=152477&i=51 52 Cab and Chassis Trucks: 52,000 lbs. GVWR Semi Tractor 4x6 International HV 613 https://www.myvendorlink.com/external/award?s=152477&i=52 53 Cab and Chassis Trucks: 52,000 lbs. GVWR Semi Tractor 4x6 International HX 62F https://www.myvendorlink.com/external/award?s=152477&i=53 54 Cab and Chassis Trucks: 52,000 lbs. GVWR Semi Tractor 4x6 Kenworth T880 T880 https://www.myvendorlink.com/external/award?s=152477&i=54 55 Cab and Chassis Trucks: 52,000 lbs. GVWR Semi Tractor 4x6 Mack AN or G Series AN or G Series https://www.myvendorlink.com/external/award?s=152477&i=55 56 Cab and Chassis Trucks: 52,000 lbs. GVWR Semi Tractor 4x6 Peterbilt 567 567 https://www.myvendorlink.com/external/award?s=152477&i=56 57 Cab and Chassis Trucks: 52,000 lbs. GVWR Semi Tractor 4x6 Volvo V Series V Series https://www.myvendorlink.com/external/award?s=152477&i=57 58 Cab and Chassis Trucks: 52,000 lbs. GVWR Semi Tractor 4x6 Western Star 47X 47X https://www.myvendorlink.com/external/award?s=152477&i=58 59 Cab and Chassis Trucks: 52,000 lbs. GVWR Truck 4x6 Freightliner M2 112 https://www.myvendorlink.com/external/award?s=152477&i=59 60 Cab and Chassis Trucks: 52,000 lbs. GVWR Truck 4x6 International HX 62F https://www.myvendorlink.com/external/award?s=152477&i=60 61 Cab and Chassis Trucks: 52,000 lbs. GVWR Truck 4x6 International HV 613 https://www.myvendorlink.com/external/award?s=152477&i=61 62 Cab and Chassis Trucks: 52,000 lbs. GVWR Truck 4x6 Kenworth T880 T880 https://www.myvendorlink.com/external/award?s=152477&i=62 63 Cab and Chassis Trucks: 52,000 lbs. GVWR Truck 4x6 Mack AN or G Series AN or G Series https://www.myvendorlink.com/external/award?s=152477&i=63 64 Cab and Chassis Trucks: 52,000 lbs. GVWR Truck 4x6 Peterbilt 5671 5671 https://www.myvendorlink.com/external/award?s=152477&i=64 65 Cab and Chassis Trucks: 52,000 lbs. GVWR Truck 4x6 Volvo V Series V Series https://www.myvendorlink.com/external/award?s=152477&i=65 66 Cab and Chassis Trucks: 52,000 lbs. GVWR Truck 4x6 Western Star 49X 49X https://www.myvendorlink.com/external/award?s=152477&i=66 67 Cab and Chassis: Tilt Cab (DRW) 4x2 Battle Motors LNT LNT-21 https://www.myvendorlink.com/external/award?s=152477&i=67 68 Cab and Chassis: Tilt Cab (DRW) 4x2 Isuzu NPR-HD N3F1 https://www.myvendorlink.com/external/award?s=152477&i=68 69 Cab and Chassis: Tilt Cab (DRW) 4x2 Isuzu FTR Chassis MT1/G1 https://www.myvendorlink.com/external/award?s=152477&i=69 70 Cab and Chassis: Tilt Cab (DRW) 4x2 Kenworth K270 K270 https://www.myvendorlink.com/external/award?s=152477&i=70 71 Cab and Chassis: Tilt Cab (DRW) 4x2 Peterbilt 2201 220 https://www.myvendorlink.com/external/award?s=152477&i=71 76 Mobile Command Unit/Critical Response Unit Frontline Communications CRU-22 CRU-22 https://www.myvendorlink.com/external/award?s=152477&i=76 26 78 Refuse Truck Electric: 60,000 lbs. GVWR 4x6 (cab and chassis only)Battle Motors LET II LET II https://www.myvendorlink.com/external/award?s=152477&i=78 80 Refuse Truck Electric: 60,000 lbs. GVWR 4x6 (cab and chassis only)Mack Mack LR Electric Mack LR Electric https://www.myvendorlink.com/external/award?s=152477&i=80 81 Refuse Truck Electric: 60,000 lbs. GVWR 4x6 (cab and chassis only)Peterbilt 520EV 520EV https://www.myvendorlink.com/external/award?s=152477&i=81 82 Refuse Truck: 60,000 lbs. GVWR 4x6 (cab and chassis only)Autocar ACX64 ACX64 https://www.myvendorlink.com/external/award?s=152477&i=82 83 Refuse Truck: 60,000 lbs. GVWR 4x6 (cab and chassis only)Battle Motors LET2 LET2-44 https://www.myvendorlink.com/external/award?s=152477&i=83 85 Refuse Truck: 60,000 lbs. GVWR 4x6 (cab and chassis only)Mack TE Series TE Series https://www.myvendorlink.com/external/award?s=152477&i=85 86 Refuse Truck: 60,000 lbs. GVWR 4x6 (cab and chassis only)Peterbilt 520 520 https://www.myvendorlink.com/external/award?s=152477&i=86 87 Refuse Truck: Compact 9.5 Cubic Yds. Self-Loading Refuse Truck Broyhill TD3.6 TD3.6 https://www.myvendorlink.com/external/award?s=152477&i=87 88 Tactical Armored Vehicles Terradyne Gurkha MPV Gurkha MPV https://www.myvendorlink.com/external/award?s=152477&i=88 89 Terminal Tractor Autocar ACTT42 ACTT42 https://www.myvendorlink.com/external/award?s=152477&i=89 90 Terminal Tractor Kalmar Ottawa T2 71056 https://www.myvendorlink.com/external/award?s=152477&i=90 91 Terminal Tractor Kalmar Ottawa T2 4x2 Offroad 71055 https://www.myvendorlink.com/external/award?s=152477&i=91 92 Terminal Tractor Tico Pro-Spotter Pro-Spotter https://www.myvendorlink.com/external/award?s=152477&i=92 93 Buses: 14 to 25 Passenger Capacity Range, Van-Type Cutaway Chassis StarTrans The Senator II Senator SII 22 https://www.myvendorlink.com/external/award?s=152477&i=93 94 Buses: 20 to 52 Passenger Capacity Range, Conventional Truck-Type Cutaway Chassis StarTrans The Senator II HD Senator HD 28 https://www.myvendorlink.com/external/award?s=152477&i=94 27 A. B. C. D. E. F. G. H. I. J. K. FSA Cooperative Purchasing Program FSA23-VEH21.0: Heavy Trucks & Buses Final Award Report 28 FLORIDA SHERIFFS ASSOCIATION 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 2/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Buses Electric: 19 to 20 Passenger Capacity Range, Van-Type Cutaway Chassis Item:1, Endera, B-Series, B-Series Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Florida Transportation Systems, Inc. Creative Bus Sales, Inc. $310,740.00 $317,189.00 Build Build Options Options Northern Primary Alternate Florida Transportation Systems, Inc. Creative Bus Sales, Inc. $310,740.00 $317,189.00 Build Build Options Options Central Primary Alternate Florida Transportation Systems, Inc. Creative Bus Sales, Inc. $310,740.00 $317,189.00 Build Build Options Options Southern Primary Alternate Florida Transportation Systems, Inc. Creative Bus Sales, Inc. $310,740.00 $317,189.00 Build Build Options Options 29 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 3/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Buses Electric: 20 to 52 Passenger Capacity Range, Conventional-Type Chassis Item:2, Bluebird, Vision Electric, Vision Electric Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Florida Transportation Systems, Inc.$403,309.00 Build Options Northern Primary Florida Transportation Systems, Inc.$403,309.00 Build Options Central Primary Florida Transportation Systems, Inc.$403,309.00 Build Options Southern Primary Florida Transportation Systems, Inc.$403,309.00 Build Options 30 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 4/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Buses Electric: 20 to 52 Passenger Capacity Range, Conventional-Type Chassis Item:3, Bluebird, All-American Electric, T3RE Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Florida Transportation Systems, Inc.$421,854.00 Build Options Northern Primary Florida Transportation Systems, Inc.$421,854.00 Build Options Central Primary Florida Transportation Systems, Inc.$421,854.00 Build Options Southern Primary Florida Transportation Systems, Inc.$421,854.00 Build Options 31 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 5/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Buses Electric: 20 to 52 Passenger Capacity Range, Conventional-Type Chassis Item:5, Phoenix Motorcars, Z600 Type A School Bus, Z600 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Phoenix Motorcars Leasing LLC $271,450.00 Build Options Northern Primary Phoenix Motorcars Leasing LLC $271,450.00 Build Options Central Primary Phoenix Motorcars Leasing LLC $271,450.00 Build Options Southern Primary Phoenix Motorcars Leasing LLC $271,450.00 Build Options 32 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 6/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Buses Electric: 44 To 80 Passenger Capacity Range, Commercial-Type Chassis Item:6, BYD, The Dreamer, Type D Electric School Bus Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Creative Bus Sales, Inc.$437,332.00 Build Options Northern Primary Creative Bus Sales, Inc.$437,332.00 Build Options Central Primary Creative Bus Sales, Inc.$437,332.00 Build Options Southern Primary Creative Bus Sales, Inc.$437,332.00 Build Options 33 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 7/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Buses: 14 to 25 Passenger Capacity Range, Van-Type Cutaway Chassis Item:7, Endera, B-Series, B-Series Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Florida Transportation Systems, Inc.$118,877.00 Build Options Northern Primary Florida Transportation Systems, Inc.$118,877.00 Build Options Central Primary Florida Transportation Systems, Inc.$118,877.00 Build Options Southern Primary Florida Transportation Systems, Inc.$118,877.00 Build Options 34 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 8/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Buses: 14 to 25 Passenger Capacity Range, Van-Type Cutaway Chassis Item:8, Starcraft, Allstar, Allstar Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Creative Bus Sales, Inc.$79,085.00 Build Options Northern Primary Creative Bus Sales, Inc.$79,085.00 Build Options Central Primary Creative Bus Sales, Inc.$79,085.00 Build Options Southern Primary Creative Bus Sales, Inc.$79,085.00 Build Options 35 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 9/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Buses: 14 to 25 Passenger Capacity Range, Van-Type Cutaway Chassis Item:93, StarTrans, The Senator II, Senator SII 22 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Matthews Bus Alliance Inc.$102,622.00 Build Options Northern Primary Matthews Bus Alliance Inc.$102,622.00 Build Options Central Primary Matthews Bus Alliance Inc.$102,622.00 Build Options Southern Primary Matthews Bus Alliance Inc.$102,622.00 Build Options 36 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 10/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Buses: 20 to 52 Passenger Capacity Range, Conventional Truck-Type Cutaway Chassis Item:9, Bluebird, Vision, Vision Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Florida Transportation Systems, Inc.$143,750.00 Build Options Northern Primary Florida Transportation Systems, Inc.$143,450.00 Build Options Central Primary Florida Transportation Systems, Inc.$143,450.00 Build Options Southern Primary Florida Transportation Systems, Inc.$143,750.00 Build Options 37 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 11/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Buses: 20 to 52 Passenger Capacity Range, Conventional Truck-Type Cutaway Chassis Item:11, Starcraft, Allstar, Allstar Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Creative Bus Sales, Inc.$140,137.00 Build Options Northern Primary Creative Bus Sales, Inc.$140,137.00 Build Options Central Primary Creative Bus Sales, Inc.$140,137.00 Build Options Southern Primary Creative Bus Sales, Inc.$140,137.00 Build Options 38 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 12/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Buses: 20 to 52 Passenger Capacity Range, Conventional Truck-Type Cutaway Chassis Item:94, StarTrans, The Senator II HD, Senator HD 28 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Matthews Bus Alliance Inc.$147,140.00 Build Options Northern Primary Matthews Bus Alliance Inc.$147,140.00 Build Options Central Primary Matthews Bus Alliance Inc.$147,140.00 Build Options Southern Primary Matthews Bus Alliance Inc.$147,140.00 Build Options 39 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 13/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Buses: 33 to 54 Passenger Capacity Range, Commercial-Type, Rear Engine Chassis Item:12, Bluebird, T3RE, T3RE Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Florida Transportation Systems, Inc.$175,832.00 Build Options Northern Primary Florida Transportation Systems, Inc.$175,532.00 Build Options Central Primary Florida Transportation Systems, Inc.$175,532.00 Build Options Southern Primary Florida Transportation Systems, Inc.$175,832.00 Build Options 40 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 14/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Buses: 36 to 52 Passenger Capacity Range, Commercial-Type, Front Engine Chassis Item:13, Bluebird, T3FE, T3FE Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Florida Transportation Systems, Inc.$157,829.00 Build Northern Primary Florida Transportation Systems, Inc.$157,629.00 Build Central Primary Florida Transportation Systems, Inc.$157,629.00 Build Southern Primary Florida Transportation Systems, Inc.$157,829.00 Build 41 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 15/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks Electric: 54,000 lbs. GVWR 4x6 Semi Tractor Item:14, Kenworth, T680E, T680E Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Northern Primary Kenworth of Jacksonville $467,936.00 Build Options Central Primary Alternate Florida Kenworth, LLC All Roads Kenworth, LLC. $471,912.00 $500,286.00 Build Build Options Options Southern Primary Alternate Florida Kenworth, LLC All Roads Kenworth, LLC. $471,912.00 $500,286.00 Build Build Options Options 42 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 16/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks Electric: 54,000 lbs. GVWR 4x6 Semi Tractor Item:15, Peterbilt, 579EV, 579EV Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Rush Truck Centers of Florida, Inc.$516,074.00 Build Options Northern Primary Rush Truck Centers of Florida, Inc.$516,074.00 Build Options Central Primary Rush Truck Centers of Florida, Inc.$516,074.00 Build Options Southern Primary The Peterbilt Store South Florida LLC $484,000.00 Build Options 43 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 17/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks Electric: 54,000 lbs. GVWR 4x6 Semi Tractor Item:16, Volvo, VNR, VNR Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Nextran Truck Centers $409,688.00 Build Options Northern Primary Nextran Truck Centers $409,688.00 Build Options Central Primary Nextran Truck Centers $409,688.00 Build Options Southern Primary Nextran Truck Centers $409,688.00 Build Options 44 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 18/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks Electric: Conventional Cab 33,000 lbs. GVWR (DRW) 4x2 Item:18, International, EMV, MV60E Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Cumberland International Trucks of Florida $272,000.00 Build Options Northern Primary Cumberland International Trucks of Florida $270,000.00 Build Options Central Primary Alternate Cumberland International Trucks of Florida Sun State International Trucks $270,000.00 $270,250.00 Build Build Options Options Southern Primary Rechtien International Trucks $270,677.00 Build Options 45 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 19/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks Electric: Conventional Cab 33,000 lbs. GVWR (DRW) 4x2 Item:19, Mack, MD7 Electric, MDe7 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Nextran Truck Centers $242,926.00 Build Options Northern Primary Nextran Truck Centers $242,926.00 Build Options Central Primary Nextran Truck Centers $242,926.00 Build Options Southern Primary Nextran Truck Centers $242,926.00 Build Options 46 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 20/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks Electric: Tilt Cab 26,000 lbs. GVWR (DRW) 4x2 Item:20, Battle Motors, LNT, LNT Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate All Roads Kenworth, LLC. Container Systems & Equipment Co., Inc. TRUCKMAX, INC. $428,600.00 $437,500.00 $536,127.00 Build Build Build Options Options Options Northern Primary Alternate Alternate All Roads Kenworth, LLC. Container Systems & Equipment Co., Inc. TRUCKMAX, INC. $426,600.00 $437,500.00 $536,127.00 Build Build Build Options Options Options Central Primary Alternate Container Systems & Equipment Co., Inc. TRUCKMAX, INC. $437,500.00 $536,127.00 Build Build Options Options Southern Primary Alternate All Roads Kenworth, LLC. TRUCKMAX, INC. $423,600.00 $536,127.00 Build Build Options Options 47 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 21/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks Electric: Tilt Cab 26,000 lbs. GVWR (DRW) 4x2 Item:21, Peterbilt, 220EV, 220 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Rush Truck Centers of Florida, Inc.$360,338.00 Build Options Northern Primary Rush Truck Centers of Florida, Inc.$360,338.00 Build Options Central Primary Rush Truck Centers of Florida, Inc.$360,338.00 Build Options Southern Primary The Peterbilt Store South Florida LLC $358,082.00 Build Options 48 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 22/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 17,500 lbs. GVWR (DRW) 4x2 Item:23, Ford, F-550 Crew Cab, W5G Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC $60,305.00 $60,569.00 Build Build Options Options Northern Primary Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC $60,080.00 $60,359.00 Build Build Options Options Central Primary Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC $59,855.00 $60,449.00 Build Build Options Options Southern Primary Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC $59,855.00 $60,594.00 Build Build Options Options 49 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 23/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 17,500 lbs. GVWR (DRW) 4x2 Item:24, Ford, F-550 Super Cab, X5G Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC $59,905.00 $60,166.00 Build Build Options Options Northern Primary Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC $59,680.00 $59,956.00 Build Build Options Options Central Primary Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC $59,455.00 $60,046.00 Build Build Options Options Southern Primary Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC $59,455.00 $60,191.00 Build Build Options Options 50 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 24/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 17,500 lbs. GVWR (DRW) 4x2 Item:25, Ford, F-600 Super Cab, F6K Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC $61,492.00 $61,765.00 Build Build Options Options Northern Primary Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC $61,267.00 $61,555.00 Build Build Options Options Central Primary Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC $61,042.00 $61,645.00 Build Build Options Options Southern Primary Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC $61,042.00 $61,790.00 Build Build Options Options 51 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 25/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 17,500 lbs. GVWR (DRW) 4x2 Item:26, Ford, F-550 Regular Cab, F5G Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Duval Ford LLC $58,437.00 Build Options Northern Primary Duval Ford LLC $58,227.00 Build Options Central Primary Duval Ford LLC $58,317.00 Build Options Southern Primary Duval Ford LLC $58,462.00 Build Options 52 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 26/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 17,500 lbs. GVWR (DRW) 4x2 Item:27, International, CV, 515 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Cumberland International Trucks of Florida $67,400.00 Build Options Northern Primary Cumberland International Trucks of Florida $66,400.00 Build Options Central Primary Alternate Sun State International Trucks Cumberland International Trucks of Florida $66,275.00 $66,400.00 Build Build Options Options Southern Primary Rechtien International Trucks $66,373.00 Build Options 53 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 27/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 17,500 lbs. GVWR (DRW) 4x2 Item:28, Kenworth, T180, T180 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Northern Primary Kenworth of Jacksonville $95,559.00 Build Options Central Primary All Roads Kenworth, LLC.$95,909.00 Build Options Southern Primary All Roads Kenworth, LLC.$95,909.00 Build Options 54 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 28/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 17,500 lbs. GVWR (DRW) 4x2 Item:29, Peterbilt, 535, 535 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Rush Truck Centers of Florida, Inc.$104,352.00 Build Options Northern Primary Rush Truck Centers of Florida, Inc.$104,352.00 Build Options Central Primary Rush Truck Centers of Florida, Inc.$104,352.00 Build Options Southern Primary The Peterbilt Store South Florida LLC $106,067.00 Build Options 55 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 29/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 17,500 lbs. GVWR (DRW) 4x4 Item:31, Ford, F-550 Super Cab, X5H Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC $62,665.00 $62,788.00 Build Build Options Options Northern Primary Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC $62,440.00 $62,578.00 Build Build Options Options Central Primary Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC $62,215.00 $62,668.00 Build Build Options Options Southern Primary Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC $62,215.00 $62,813.00 Build Build Options Options 56 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 30/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 17,500 lbs. GVWR (DRW) 4x4 Item:32, Ford, F-550 Crew Cab, W5H Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC $63,464.00 $63,752.00 Build Build Options Options Northern Primary Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC $63,239.00 $63,542.00 Build Build Options Options Central Primary Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC $63,014.00 $63,632.00 Build Build Options Options Southern Primary Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC $63,014.00 $63,777.00 Build Build Options Options 57 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 31/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 17,500 lbs. GVWR (DRW) 4x4 Item:33, Ford, F-550 Regular Cab, F5H Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC $60,810.00 $61,078.00 Build Build Options Options Northern Primary Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC $60,585.00 $60,868.00 Build Build Options Options Central Primary Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC $60,360.00 $60,958.00 Build Build Options Options Southern Primary Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC $60,360.00 $61,103.00 Build Build Options Options 58 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 32/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 17,500 lbs. GVWR (DRW) 4x4 Item:34, Ford, F-600 Regular Cab, F6L Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC $64,113.00 $64,406.00 Build Build Options Options Northern Primary Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC $63,888.00 $64,196.00 Build Build Options Options Central Primary Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC $63,663.00 $64,286.00 Build Build Options Options Southern Primary Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC $63,663.00 $64,431.00 Build Build Options Options 59 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 33/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 17,500 lbs. GVWR (DRW) 4x4 Item:35, International, CV, 515 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Cumberland International Trucks of Florida $71,000.00 Build Options Northern Primary Cumberland International Trucks of Florida $69,995.00 Build Options Central Primary Alternate Sun State International Trucks Cumberland International Trucks of Florida $69,875.00 $69,995.00 Build Build Options Options Southern Primary Rechtien International Trucks $70,178.00 Build Options 60 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 34/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 25,500 lbs. GVWR (DRW) 4x2 Item:36, Ford, F-650 Regular Cab, F6D Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami BOZARD FORD $68,547.00 $70,751.00 Build Build Options Options Northern Primary Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami BOZARD FORD $67,547.00 $70,751.00 Build Build Options Options Central Primary Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami BOZARD FORD $67,547.00 $70,751.00 Build Build Options Options Southern Primary Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami BOZARD FORD $67,547.00 $70,751.00 Build Build Options Options 61 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 35/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 25,500 lbs. GVWR (DRW) 4x2 Item:37, Freightliner, M2, 106 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate SBL Freightliner, LLC Tampa Truck Center $76,300.00 $77,529.00 Build Build Options Options Northern Primary Alternate SBL Freightliner, LLC Tampa Truck Center $76,900.00 $77,529.00 Build Build Options Options Central Primary Alternate SBL Freightliner, LLC Tampa Truck Center $76,300.00 $77,529.00 Build Build Options Options Southern Primary Alternate SBL Freightliner, LLC Tampa Truck Center $75,900.00 $77,529.00 Build Build Options Options 62 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 36/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 25,500 lbs. GVWR (DRW) 4x2 Item:38, Hino, L6, L6 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary TRUCKMAX, INC.$76,024.00 Build Options Northern Primary Alternate TRUCKMAX, INC. Nextran Truck Centers $76,024.00 $80,036.00 Build Build Options Options Central Primary TRUCKMAX, INC.$76,024.00 Build Options Southern Primary TRUCKMAX, INC.$76,024.00 Build Options 63 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 37/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 25,500 lbs. GVWR (DRW) 4x2 Item:39, International, MV, 607 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Cumberland International Trucks of Florida $80,500.00 Build Options Northern Primary Cumberland International Trucks of Florida $79,500.00 Build Options Central Primary Alternate Sun State International Trucks Cumberland International Trucks of Florida $79,425.00 $79,500.00 Build Build Options Options Southern Primary Rechtien International Trucks $79,964.00 Build Options 64 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 38/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 25,500 lbs. GVWR (DRW) 4x2 Item:40, Kenworth, T280, T280 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Northern Primary Kenworth of Jacksonville $102,073.00 Build Options Central Primary Alternate All Roads Kenworth, LLC. Florida Kenworth, LLC $97,413.00 $98,667.00 Build Build Options Options Southern Primary Alternate All Roads Kenworth, LLC. Florida Kenworth, LLC $97,413.00 $98,667.00 Build Build Options Options 65 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 39/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 25,500 lbs. GVWR (DRW) 4x2 Item:41, Mack, MD6, MD6 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Nextran Truck Centers $83,676.00 Build Options Northern Primary Nextran Truck Centers $83,676.00 Build Options Central Primary Nextran Truck Centers $83,676.00 Build Options Southern Primary Nextran Truck Centers $83,676.00 Build Options 66 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 40/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 25,500 lbs. GVWR (DRW) 4x2 Item:42, Peterbilt, 536, 536 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Rush Truck Centers of Florida, Inc.$107,305.00 Build Options Northern Primary Rush Truck Centers of Florida, Inc.$107,305.00 Build Options Central Primary Rush Truck Centers of Florida, Inc.$107,305.00 Build Options Southern Primary The Peterbilt Store South Florida LLC $109,703.00 Build Options 67 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 41/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 30,000 lbs. GVWR (DRW) 4x2 Item:43, Ford, F-750 Regular Cab, F7D Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami BOZARD FORD $70,163.00 $72,136.00 Build Build Options Options Northern Primary Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami BOZARD FORD $69,163.00 $72,136.00 Build Build Options Options Central Primary Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami BOZARD FORD $69,163.00 $72,136.00 Build Build Options Options Southern Primary Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami BOZARD FORD $69,163.00 $72,136.00 Build Build Options Options 68 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 42/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 30,000 lbs. GVWR (DRW) 4x2 Item:44, Freightliner, M2, 106 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Tampa Truck Center Orlando Freightliner SBL Freightliner, LLC $77,329.00 $77,354.00 $77,500.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Orlando Freightliner Tampa Truck Center SBL Freightliner, LLC $77,074.00 $77,329.00 $77,900.00 Build Build Build Options Options Options Central Primary Alternate Alternate Orlando Freightliner SBL Freightliner, LLC Tampa Truck Center $76,774.00 $77,300.00 $77,329.00 Build Build Build Options Options Options Southern Primary Alternate Alternate SBL Freightliner, LLC Tampa Truck Center Orlando Freightliner $76,900.00 $77,329.00 $77,354.00 Build Build Build Options Options Options 69 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 43/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 30,000 lbs. GVWR (DRW) 4x2 Item:45, Hino, L7, L7 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary TRUCKMAX, INC.$79,255.00 Build Options Northern Primary Alternate TRUCKMAX, INC. Nextran Truck Centers $79,255.00 $81,939.00 Build Build Options Options Central Primary TRUCKMAX, INC.$79,255.00 Build Options Southern Primary TRUCKMAX, INC.$79,255.00 Build Options 70 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 44/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 30,000 lbs. GVWR (DRW) 4x2 Item:46, International, MV, 607 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Cumberland International Trucks of Florida $81,950.00 Build Options Northern Primary Cumberland International Trucks of Florida $80,950.00 Build Options Central Primary Alternate Sun State International Trucks Cumberland International Trucks of Florida $80,875.00 $80,950.00 Build Build Options Options Southern Primary Rechtien International Trucks $81,255.00 Build Options 71 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 45/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 30,000 lbs. GVWR (DRW) 4x2 Item:47, Kenworth, T380, T380 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Northern Primary Kenworth of Jacksonville $102,925.00 Build Options Central Primary Alternate All Roads Kenworth, LLC. Florida Kenworth, LLC $98,800.00 $101,463.00 Build Build Options Options Southern Primary Alternate All Roads Kenworth, LLC. Florida Kenworth, LLC $98,800.00 $101,463.00 Build Build Options Options 72 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 46/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 30,000 lbs. GVWR (DRW) 4x2 Item:48, Mack, MD7, MD7 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Nextran Truck Centers $88,890.00 Build Options Northern Primary Nextran Truck Centers $88,890.00 Build Options Central Primary Nextran Truck Centers $88,890.00 Build Options Southern Primary Nextran Truck Centers $88,890.00 Build Options 73 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 47/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 30,000 lbs. GVWR (DRW) 4x2 Item:49, Peterbilt, 537, 537 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Rush Truck Centers of Florida, Inc.$111,720.00 Build Options Northern Primary Rush Truck Centers of Florida, Inc.$111,720.00 Build Options Central Primary Rush Truck Centers of Florida, Inc.$111,720.00 Build Options Southern Primary The Peterbilt Store South Florida LLC $115,029.00 Build Options 74 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 48/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 30,000 lbs. GVWR (DRW) 4x2 Item:50, Western Star, 47X, 47X Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Tampa Truck Center $107,400.00 Build Options Northern Primary Tampa Truck Center $107,400.00 Build Options Central Primary Tampa Truck Center $107,400.00 Build Options Southern Primary Tampa Truck Center $107,400.00 Build Options 75 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 49/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 52,000 lbs. GVWR Semi Tractor 4x6 Item:51, Freightliner, M2, 112 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate SBL Freightliner, LLC Tampa Truck Center Orlando Freightliner $107,300.00 $108,611.00 $110,490.00 Build Build Build Options Options Options Northern Primary Alternate Alternate SBL Freightliner, LLC Tampa Truck Center Orlando Freightliner $107,900.00 $108,611.00 $110,490.00 Build Build Build Options Options Options Central Primary Alternate Alternate SBL Freightliner, LLC Tampa Truck Center Orlando Freightliner $107,300.00 $108,611.00 $109,910.00 Build Build Build Options Options Options Southern Primary Alternate Alternate SBL Freightliner, LLC Tampa Truck Center Orlando Freightliner $105,900.00 $108,611.00 $110,490.00 Build Build Build Options Options Options 76 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 50/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 52,000 lbs. GVWR Semi Tractor 4x6 Item:52, International, HV, 613 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Cumberland International Trucks of Florida $115,850.00 Build Options Northern Primary Cumberland International Trucks of Florida $114,850.00 Build Options Central Primary Alternate Sun State International Trucks Cumberland International Trucks of Florida $114,795.00 $114,850.00 Build Build Options Options Southern Primary Rechtien International Trucks $115,449.00 Build Options 77 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 51/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 52,000 lbs. GVWR Semi Tractor 4x6 Item:53, International, HX, 62F Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Cumberland International Trucks of Florida $132,500.00 Build Options Northern Primary Cumberland International Trucks of Florida $131,500.00 Build Options Central Primary Alternate Sun State International Trucks Cumberland International Trucks of Florida $131,374.00 $131,500.00 Build Build Options Options Southern Primary Rechtien International Trucks $132,500.00 Build Options 78 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 52/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 52,000 lbs. GVWR Semi Tractor 4x6 Item:54, Kenworth, T880, T880 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Northern Primary Kenworth of Jacksonville $142,390.00 Build Options Central Primary Alternate All Roads Kenworth, LLC. Florida Kenworth, LLC $142,158.00 $146,784.00 Build Build Options Options Southern Primary Alternate All Roads Kenworth, LLC. Florida Kenworth, LLC $142,158.00 $146,784.00 Build Build Options Options 79 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 53/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 52,000 lbs. GVWR Semi Tractor 4x6 Item:55, Mack, AN or G Series, AN or G Series Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Nextran Truck Centers $130,462.00 Build Options Northern Primary Nextran Truck Centers $130,462.00 Build Options Central Primary Nextran Truck Centers $130,462.00 Build Options Southern Primary Nextran Truck Centers $130,462.00 Build Options 80 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 54/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 52,000 lbs. GVWR Semi Tractor 4x6 Item:56, Peterbilt, 567, 567 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Rush Truck Centers of Florida, Inc.$161,416.00 Build Options Northern Primary Rush Truck Centers of Florida, Inc.$161,416.00 Build Options Central Primary Rush Truck Centers of Florida, Inc.$161,416.00 Build Options Southern Primary The Peterbilt Store South Florida LLC $163,188.00 Build Options 81 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 55/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 52,000 lbs. GVWR Semi Tractor 4x6 Item:57, Volvo, V Series, V Series Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Nextran Truck Centers $131,706.00 Build Options Northern Primary Nextran Truck Centers $131,706.00 Build Options Central Primary Nextran Truck Centers $131,706.00 Build Options Southern Primary Nextran Truck Centers $131,706.00 Build Options 82 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 56/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 52,000 lbs. GVWR Semi Tractor 4x6 Item:58, Western Star, 47X, 47X Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Tampa Truck Center Orlando Freightliner $126,224.00 $128,566.00 Build Build Options Options Northern Primary Alternate Orlando Freightliner Tampa Truck Center $129.00 $126,224.00 Build Build Options Options Central Primary Alternate Tampa Truck Center Orlando Freightliner $126,224.00 $127,986.00 Build Build Options Options Southern Primary Alternate Tampa Truck Center Orlando Freightliner $126,244.00 $128,566.00 Build Build Options Options 83 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 57/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 52,000 lbs. GVWR Truck 4x6 Item:59, Freightliner, M2, 112 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Orlando Freightliner SBL Freightliner, LLC Tampa Truck Center $101,978.00 $102,400.00 $106,903.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Orlando Freightliner SBL Freightliner, LLC Tampa Truck Center $101,978.00 $103,400.00 $106,903.00 Build Build Build Options Options Options Central Primary Alternate Alternate Orlando Freightliner SBL Freightliner, LLC Tampa Truck Center $101,978.00 $102,400.00 $106,903.00 Build Build Build Options Options Options Southern Primary Alternate Alternate SBL Freightliner, LLC Orlando Freightliner Tampa Truck Center $101,200.00 $101,978.00 $106,903.00 Build Build Build Options Options Options 84 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 58/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 52,000 lbs. GVWR Truck 4x6 Item:60, International, HX, 62F Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Cumberland International Trucks of Florida $129,500.00 Build Options Northern Primary Cumberland International Trucks of Florida $128,500.00 Build Options Central Primary Alternate Sun State International Trucks Cumberland International Trucks of Florida $128,437.00 $128,500.00 Build Build Options Options Southern Primary Rechtien International Trucks $128,917.00 Build Options 85 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 59/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 52,000 lbs. GVWR Truck 4x6 Item:61, International, HV, 613 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Cumberland International Trucks of Florida $115,000.00 Build Options Northern Primary Cumberland International Trucks of Florida $114,000.00 Build Options Central Primary Alternate Sun State International Trucks Cumberland International Trucks of Florida $113,963.00 $114,000.00 Build Build Options Options Southern Primary Rechtien International Trucks $115,493.00 Build Options 86 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 60/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 52,000 lbs. GVWR Truck 4x6 Item:62, Kenworth, T880, T880 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Truckworx Kenworth $173,342.00 Build Options Northern Primary Kenworth of Jacksonville $146,040.00 Build Options Central Primary Alternate All Roads Kenworth, LLC. Florida Kenworth, LLC $141,729.00 $142,927.00 Build Build Options Options Southern Primary Alternate All Roads Kenworth, LLC. Florida Kenworth, LLC $141,729.00 $142,927.00 Build Build Options Options 87 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 61/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 52,000 lbs. GVWR Truck 4x6 Item:63, Mack, AN or G Series, AN or G Series Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Nextran Truck Centers $137,308.00 Build Options Northern Primary Nextran Truck Centers $137,308.00 Build Options Central Primary Nextran Truck Centers $137,308.00 Build Options Southern Primary Nextran Truck Centers $137,308.00 Build Options 88 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 62/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 52,000 lbs. GVWR Truck 4x6 Item:64, Peterbilt, 5671, 5671 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Rush Truck Centers of Florida, Inc.$161,015.00 Build Options Northern Primary Rush Truck Centers of Florida, Inc.$161,015.00 Build Options Central Primary Rush Truck Centers of Florida, Inc.$161,015.00 Build Options Southern Primary The Peterbilt Store South Florida LLC $165,308.00 Build Options 89 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 63/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 52,000 lbs. GVWR Truck 4x6 Item:65, Volvo, V Series, V Series Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Nextran Truck Centers $132,979.00 Build Options Northern Primary Nextran Truck Centers $132,979.00 Build Options Central Primary Nextran Truck Centers $132,979.00 Build Options Southern Primary Nextran Truck Centers $132,979.00 Build Options 90 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 64/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis Trucks: 52,000 lbs. GVWR Truck 4x6 Item:66, Western Star, 49X, 49X Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Orlando Freightliner Tampa Truck Center SBL Freightliner, LLC $123,930.00 $126,840.00 $144,599.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Orlando Freightliner Tampa Truck Center SBL Freightliner, LLC $123,930.00 $126,840.00 $144,599.00 Build Build Build Options Options Options Central Primary Alternate Alternate Orlando Freightliner Tampa Truck Center SBL Freightliner, LLC $123,350.00 $126,840.00 $144,599.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Orlando Freightliner Tampa Truck Center SBL Freightliner, LLC $123,930.00 $126,840.00 $137,599.00 Build Build Build Options Options Options 91 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 65/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis: Tilt Cab (DRW) 4x2 Item:67, Battle Motors, LNT, LNT-21 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Container Systems & Equipment Co., Inc. All Roads Kenworth, LLC. $174,741.00 $177,207.00 Build Build Options Options Northern Primary Alternate Container Systems & Equipment Co., Inc. All Roads Kenworth, LLC. $174,741.00 $177,207.00 Build Build Options Options Central Primary Container Systems & Equipment Co., Inc.$174,741.00 Build Options Southern Primary All Roads Kenworth, LLC.$177,207.00 Build Options 92 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 66/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis: Tilt Cab (DRW) 4x2 Item:68, Isuzu, NPR-HD, N3F1 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate DeLand Truck Center, Inc. TRUCKMAX ISUZU Nextran Truck Centers $48,136.00 $49,678.00 $52,014.00 Build Build Build Options Options Options Northern Primary Alternate Alternate DeLand Truck Center, Inc. TRUCKMAX ISUZU Nextran Truck Centers $48,136.00 $49,678.00 $52,014.00 Build Build Build Options Options Options Central Primary Alternate Alternate DeLand Truck Center, Inc. TRUCKMAX ISUZU Nextran Truck Centers $48,136.00 $49,678.00 $52,014.00 Build Build Build Options Options Options Southern Primary Alternate Alternate DeLand Truck Center, Inc. TRUCKMAX ISUZU Nextran Truck Centers $48,136.00 $49,678.00 $52,014.00 Build Build Build Options Options Options 93 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 67/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis: Tilt Cab (DRW) 4x2 Item:69, Isuzu, FTR Chassis, MT1/G1 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate DeLand Truck Center, Inc. TRUCKMAX ISUZU Nextran Truck Centers $75,915.00 $78,745.00 $81,075.00 Build Build Build Options Options Options Northern Primary Alternate Alternate DeLand Truck Center, Inc. TRUCKMAX ISUZU Nextran Truck Centers $75,915.00 $78,745.00 $81,075.00 Build Build Build Options Options Options Central Primary Alternate Alternate DeLand Truck Center, Inc. TRUCKMAX ISUZU Nextran Truck Centers $75,915.00 $78,745.00 $81,075.00 Build Build Build Options Options Options Southern Primary Alternate Alternate DeLand Truck Center, Inc. TRUCKMAX ISUZU Nextran Truck Centers $75,915.00 $78,745.00 $81,075.00 Build Build Build Options Options Options 94 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 68/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis: Tilt Cab (DRW) 4x2 Item:70, Kenworth, K270, K270 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Northern Primary Kenworth of Jacksonville $99,510.00 Build Options Central Primary Alternate Florida Kenworth, LLC All Roads Kenworth, LLC. $96,870.00 $99,516.00 Build Build Options Options Southern Primary Alternate Florida Kenworth, LLC All Roads Kenworth, LLC. $96,870.00 $99,516.00 Build Build Options Options 95 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 69/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Cab and Chassis: Tilt Cab (DRW) 4x2 Item:71, Peterbilt, 2201, 220 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Rush Truck Centers of Florida, Inc.$119,856.00 Build Options Northern Primary Rush Truck Centers of Florida, Inc.$119,856.00 Build Options Central Primary Rush Truck Centers of Florida, Inc.$119,856.00 Build Options Southern Primary The Peterbilt Store South Florida LLC $122,502.00 Build Options 96 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 70/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Mobile Command Unit/Critical Response Unit Item:76, Frontline Communications, CRU-22, CRU-22 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Ten-8 Fire & Safety, LLC $340,095.00 Build Options Northern Primary Ten-8 Fire & Safety, LLC $340,095.00 Build Options Central Primary Ten-8 Fire & Safety, LLC $340,095.00 Build Options Southern Primary Ten-8 Fire & Safety, LLC $340,095.00 Build Options 97 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 71/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Refuse Truck Electric: 60,000 lbs. GVWR 4x6 (cab and chassis only) Item:78, Battle Motors, LET II, LET II Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Container Systems & Equipment Co., Inc. All Roads Kenworth, LLC. TRUCKMAX, INC. $435,000.00 $466,590.00 $537,981.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Container Systems & Equipment Co., Inc. All Roads Kenworth, LLC. TRUCKMAX, INC. $435,000.00 $463,590.00 $537,981.00 Build Build Build Options Options Options Central Primary Alternate Container Systems & Equipment Co., Inc. TRUCKMAX, INC. $435,000.00 $537,981.00 Build Build Options Options Southern Primary Alternate All Roads Kenworth, LLC. TRUCKMAX, INC. $460,590.00 $537,981.00 Build Build Options Options 98 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 72/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Refuse Truck Electric: 60,000 lbs. GVWR 4x6 (cab and chassis only) Item:80, Mack, Mack LR Electric, Mack LR Electric Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Nextran Truck Centers $486,414.00 Build Options Northern Primary Nextran Truck Centers $486,414.00 Build Options Central Primary Nextran Truck Centers $486,414.00 Build Options Southern Primary Nextran Truck Centers $486,414.00 Build Options 99 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 73/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Refuse Truck Electric: 60,000 lbs. GVWR 4x6 (cab and chassis only) Item:81, Peterbilt, 520EV, 520EV Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Rush Truck Centers of Florida, Inc.$513,746.00 Build Options Northern Primary Rush Truck Centers of Florida, Inc.$513,746.00 Build Options Central Primary Rush Truck Centers of Florida, Inc.$513,746.00 Build Options Southern Primary The Peterbilt Store South Florida LLC $509,545.00 Build Options 100 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 74/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Refuse Truck: 60,000 lbs. GVWR 4x6 (cab and chassis only) Item:82, Autocar, ACX64, ACX64 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Nacarato Trucks General Partnership Florida Kenworth, LLC $197,815.00 $206,413.00 $210,974.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Nacarato Trucks General Partnership Florida Kenworth, LLC $196,415.00 $206,413.00 $210,974.00 Build Build Build Options Options Options Central Primary Alternate Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Nacarato Trucks General Partnership Florida Kenworth, LLC $194,915.00 $206,413.00 $209,974.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Nacarato Trucks General Partnership Florida Kenworth, LLC $194,215.00 $206,413.00 $209,974.00 Build Build Build Options Options Options 101 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 75/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Refuse Truck: 60,000 lbs. GVWR 4x6 (cab and chassis only) Item:83, Battle Motors, LET2, LET2-44 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Container Systems & Equipment Co., Inc. All Roads Kenworth, LLC. TRUCKMAX, INC. $208,325.00 $209,939.00 $293,575.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Container Systems & Equipment Co., Inc. All Roads Kenworth, LLC. TRUCKMAX, INC. $208,325.00 $209,939.00 $293,575.00 Build Build Build Options Options Options Central Primary Alternate Container Systems & Equipment Co., Inc. TRUCKMAX, INC. $208,325.00 $293,575.00 Build Build Options Options Southern Primary Alternate All Roads Kenworth, LLC. TRUCKMAX, INC. $209,939.00 $293,575.00 Build Build Options Options 102 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 76/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Refuse Truck: 60,000 lbs. GVWR 4x6 (cab and chassis only) Item:85, Mack, TE Series, TE Series Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Nextran Truck Centers $175,311.00 Build Options Northern Primary Nextran Truck Centers $175,311.00 Build Options Central Primary Nextran Truck Centers $175,311.00 Build Options Southern Primary Nextran Truck Centers $175,311.00 Build Options 103 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 77/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Refuse Truck: 60,000 lbs. GVWR 4x6 (cab and chassis only) Item:86, Peterbilt, 520, 520 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Rush Truck Centers of Florida, Inc.$206,815.00 Build Options Northern Primary Rush Truck Centers of Florida, Inc.$206,815.00 Build Options Central Primary Rush Truck Centers of Florida, Inc.$206,815.00 Build Options Southern Primary The Peterbilt Store South Florida LLC $209,896.00 Build Options 104 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 78/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Refuse Truck: Compact 9.5 Cubic Yds. Self-Loading Refuse Truck Item:87, Broyhill, TD3.6, TD3.6 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Broyhill Equipment LLC $244,183.00 Build Options Northern Primary Broyhill Equipment LLC $244,183.00 Build Options Central Primary Broyhill Equipment LLC $244,183.00 Build Options Southern Primary Broyhill Equipment LLC $244,183.00 Build Options 105 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 79/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Tactical Armored Vehicles Item:88, Terradyne, Gurkha MPV, Gurkha MPV Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Terradyne Armored Vehicles Inc.$217,721.00 Build Options Northern Primary Terradyne Armored Vehicles Inc.$217,721.00 Build Options Central Primary Terradyne Armored Vehicles Inc.$218,221.00 Build Options Southern Primary Terradyne Armored Vehicles Inc.$218,721.00 Build Options 106 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 80/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Terminal Tractor Item:89, Autocar, ACTT42, ACTT42 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Southern States ToyotaLift SBL Freightliner, LLC $142,995.00 $151,389.00 Build Build Options Options Northern Primary Alternate Southern States ToyotaLift SBL Freightliner, LLC $142,995.00 $151,389.00 Build Build Options Options Central Primary Alternate Southern States ToyotaLift SBL Freightliner, LLC $142,995.00 $149,389.00 Build Build Options Options Southern Primary SBL Freightliner, LLC $147,389.00 Build Options 107 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 81/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Terminal Tractor Item:90, Kalmar Ottawa, T2, 71056 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Kenworth of Jacksonville Rechtien International Trucks $139,341.00 $146,959.00 Build Build Options Options Northern Primary Alternate Kenworth of Jacksonville Rechtien International Trucks $139,240.00 $146,959.00 Build Build Options Options Central Primary Alternate Kenworth of Jacksonville Rechtien International Trucks $139,442.00 $146,959.00 Build Build Options Options Southern Primary Alternate Kenworth of Jacksonville Rechtien International Trucks $139,643.00 $146,959.00 Build Build Options Options 108 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 82/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Terminal Tractor Item:91, Kalmar Ottawa, T2 4x2 Oroad, 71055 Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Kenworth of Jacksonville Rechtien International Trucks $135,551.00 $144,950.00 Build Build Options Options Northern Primary Alternate Kenworth of Jacksonville Rechtien International Trucks $135,450.00 $144,950.00 Build Build Options Options Central Primary Alternate Kenworth of Jacksonville Rechtien International Trucks $135,652.00 $144,950.00 Build Build Options Options Southern Primary Alternate Kenworth of Jacksonville Rechtien International Trucks $135,853.00 $144,950.00 Build Build Options Options 109 10/4/23, 9:01 AM Award Report | VendorLink https://www.myvendorlink.com/internal/staff/awardzone 83/83 Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group:Terminal Tractor Item:92, Tico, Pro-Spotter, Pro-Spotter Description:Refer to Item Group Specications PDF document for FSA Base Specications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Alternate Tampa Truck Center Nacarato Trucks General Partnership $141,106.00 $149,167.00 Build Build Options Options Northern Primary Alternate Tampa Truck Center Nacarato Trucks General Partnership $141,106.00 $149,167.00 Build Build Options Options Central Primary Alternate Tampa Truck Center Nacarato Trucks General Partnership $141,106.00 $149,167.00 Build Build Options Options Southern Primary Alternate Tampa Truck Center Nacarato Trucks General Partnership $141,106.00 $149,167.00 Build Build Options Options 110 A. B. C. D. E. F. G. H. I. J. K. FSA Cooperative Purchasing Program FSA23-VEH21.0: Heavy Trucks & Buses How to Order 111 FLORIDA SHERIFFS ASSOCIATION 112 How to Purchas,e Identify ·tem needed 1 Contact P . rchase issues purchase order to ,vendor Ag,en,cy • Are th1ere sp1ec·al thin1gs needed for the item (opti1ons)? identifies a ,_. Jlll---- need Fin11d1 i em 10 1 n 1contract awarded vendors to request a quote urchaser selects ich e dor t ey • ill order fro . Vendor provides quote to purchaser Vendor orders item Vendor w ill p ro,v ide an1 es ti mat ed deUvery ti mefr am1e A. B. C. D. E. F. G. H. I. J. K. FSA Cooperative Purchasing Program FSA23-VEH21.0: Heavy Trucks & Buses Awarded Vendor Contract Signature Pages 113 FLORIDA SHERIFFS ASSOCIATION Florida Sheriffs Association (FSA) has completed its 21st year of the cooperative purchasing heavy trucks contract. FSA is issuing the Notice of Final Award for contract FSA23-VEH21.0: Heavy Trucks & Buses that will be effective from October 1, 2023, through September 30, 2024. This year’s bid included 80 items. The contract will offer class 3-5 cab & chassis trucks and buses. The following pages are the submitted contract signature pages from the awarded vendors. The contract signature page is submitted within the Bidder Qualification Packet for the bid. By submitting a response to this Invitation to Bid and signing this form, the bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article and is in all respects fair and without collusion or fraud. The bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The contract signature page may be handwritten or signed digitally. The forms that contained a digital signature have been noted as such. 114 115 CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number FSA23-VEH21.0 : Heavy Trucks & Buses Bidder Company Name All Roads Kenworth, LLC Business Address 2909 S Andrews Ave r __ ...,, ___ _. __ _._,_ r1 ..,..,..,,.r Name of Authorized Agent Michael Crawford Email address of authorized agent Signature~ C-aw--J6d Date 08/17/2023 FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name All Roads Kenworth, LLC 13 FSA Contract Number Bidder Company Name CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number Bidder Company Name Business Address Name of Authorized Agent Email address of authorized agent Signature Date 13 116 117 CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid . The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully exam i ned the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included i n this bid, and such discount will be included in all purchase orders . The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price b id . FSA Contract Number FSA23 -VEH21.0: Heavy Trucks & Buses Bidder Company Name BOZARD FORD CO. Business Address 540 OUTLET MALL BLVD ST. AUGUST INE. FL 32084 Name of Authorized Agent JEFFREY EASON FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name BOZARD FORD CO . El G 13 118CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure l r omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Broyhill Equipment LLC Business Address One North Market Square PO Box 475 Dakota City NE 68731-0475 Name of Authorized Agent Tammy Steemken Email address of a horized agent tammy.steemken@broyhill.com Signature FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Broyhill Equipment LLC 13 119 CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that rio other persons other than the authorized agent herein named has any interest in this bid or in the contract to.be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. /SA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Container Systems & Equipment Co., Inc. Business Address 506 Bellevue Av., Daytona Beach, FL 32114 Name of Authorized Agent William Young Email address of authorized agent wguinnyoung@gmail.com Signature Date August 25, 2023 FSA contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Container Systems & Equipment Co., Inc. 13 120 CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken , and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number FSA23-VEH21.0 : Heavy Trucks & Buses Bidder Company Name Model 1 Commercial Vehicles, Inc. Business Address 8600 Atlantic Boulevard •--'----··=••-,., __ :_._ Name of Authorized Agent Nick Corley Email address of authorized agent BidDepartment@Modell.com Signature Date 08/29/2023 FSA Contract Number FSA23-VEH21.0 : Heavy Trucks & Buses Bidder Company Name Model 1 Commercial Vehicles , Inc. 13 121 CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid . The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Cumberland International Trucks of Florida, lLC Business Address 2110 S. Division Ave Name of Authorized Agent Chuck Calhoun Email address of authorized agent ccalhoun@c1tte.com Signature Date FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Cumberland International Trucks of Florida, LLC E] G 13 a 122 FLORIDA / '"'""""'"] Mi;W-1 ~@;1 CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bi dder declares that he or she has read, and the corppany understands, accepts and will comply with the terms, conditions and spec ifications of th i s bid and any addenda issued . The failure or omission to review this document shall I in no way relieve the autlnorized agent of obl igations with respect to this bid . The submission of a bid and signature be low shal be taken as evidence of acceptance of the terms and conditions of this bid . The Bidder further declarr s that no other persons other than the authorized agent herein named has any interest in this bid or lin the contract to be taken, and that it is made without any connection w ith any other person or pers0ns making proposal for the same article , and is in all respects fair and without co l lus ion or fraud . I The Bidder further decla r s that they have carefully exam i ned the specifications and is thoroughly fami lia r with its provision! and with the quality, type and grade of materials required . The Bidder further declarjb s that they have provided a discount on all factory options inclu ded in this bid, and such discount will be included in all purchase orders. The Bidder further dec la 1 es that the company understands the financial respons ib ility associated with this bi d as stated and further declares that it has the ab il ity to meet the financial respons i b ility assoc i ated with this bid . I The Bidder further declares that the company w ill furnish the items awarded for the price bi d . FSA Contract Number FSA23 -VEH21 .0: Heavy Trucks & Buses I Bi dder Company Name D land Truck Center , inc . Business Address 1 • 08 Sout h Woodland Blvd . n I ;rnrl ~l nri rl::i l?77n Name of Authorized Age t Howard B. Wi lli ams Email address of authorized agent howard@delandtruckcenter.co m Signature Date 8/18/2023 FSA Cont ract Number FSA23 -VEH21 .0 : Heavy Truc ks & Buses Bidder Company Name [ De land Truck Center, inc. 13 123 CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken , and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number FSA23-VEH21 .0 : Heavy Trucks & Buses Bidder Company Name DUVAL FORD LLC Business Address 1616 CASSAT AVE ; JACKSONVILLE FL32210 Name of Authorized Agent RICHARD TACKETT Email address of authorized agent RICHARD .TACKETT@DUVALFORd .COM Signature Date 8/20/23 FSA Contract Number FSA23-VEH21 .0: Heavy Trucks & Buses Bidder Company Name DUVAL FORD LLC 13 124 FLORIDA 1MClilffS ,s~ct 1,t1llf COOPERATIVE PURCHASINO PR08RIM CONTRACT SIGNATURE FORM By submitting a response to this Inv itation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. Th e failure or omis si on to review this document shall in no way relieve the authorized agent of obligations with respect to this bid . The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and con ditions of this bid . The Bidder further declare s that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons mak i ng proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declare s that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required . The Bidder further declares that they have provided a discount on all factory option s included in this bid, and such discount will be included in al l purchase orders . The Bidder further declares that the company understands the financial responsibility associated with th is bid as stated and further declares that it has the ability to meet the f inancial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number FS A23-VEH21 .0: Heavy Trucks & Buses Bidder Company Name Florida Kenwo rth, LLC. Business Address 1800 North Orange Blosso m Trail Orlando . FL 32804 Name of Authorized Agent Matthew Peterson Email address of authorized agent matt.peterson@csmtruck.com Date 08/1 1/2023 FSA Contract Number FSA23 -VEH21.0: Heavy Trucks & Buse s Bidder Company Name Florida Kenworth, LLC. G El 13 125 CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number FSA23-VEH21.0 : Heavy Trucks & Buses Bidder Company Name Florida Transportation Systems, Inc . Business Address 6041 Orient Road Tampa , Florida 33610 Name of Authorized Agent Robert Frick Email address of authorized agent rfrick@fts4buses .com Signature Date 08/09/2023 FSA Contract Number FSA23-VEH21.0 : Heavy Trucks & Buses Bidder Company Name Florida Transportation Systems, Inc. 13 126 CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number FSA23-VEH21.0 : Heavy Trucks & Buses Bidder Company Name KENWORTH OF JACKSONVILLE Business Address 1121 SUEMAC ROAD JACKSONVILLE. FL 32254 Name of Authorized Agent ED COSTELLO Email address of authorized agent edcostello@kwjax .com Signature Date 08/28/2023 FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name KENWORTH OF JACKSONVILLE B 13 127 CONTRACT SIGN .ATURE FORM By submitting a resporise ta this Invitation to Bid and signing thfs form1 the Bidder dec laim that he or she h~ s read, and the company understands, .accepts i:I nd w i II c.om ply wit , he terms, conditions and specific atio ns of th i,s bid i:l nd any addenda iss ued . The fai lure or omiss fo n to re.view this doniment shall in no way rel i eve the authori.z.:ed a8ent of obUgart lo,ns with respect to thls bid. The -submission of a bi d nd signature below shall be taken as evidence of acceptance o'f the terms and con di i ons of t hi bJd . Th e B,ldder further declares hat no other persons oth-er than the authariied agent herein named has eny interest in his bid or in tne con ract to be ·taken, and H1a r ~. made witnout any connect ion with any other person or p_er.sons 1ic1a k1ng proposal f or 1e same artic.le, and ls in all respects farr and w ithou· • co llusion or frau d . The Bidder further declares hat rhe·v have ca refullv examined the specifkatkms and is thoroughly familiar with its provrsions and with t he qua.litV, type and gra de of materials required . The Bidder further d clares hat they h ve provided a d iscount on a,H factory opti:ons in , uded in 'l ,is hid, and such discount wHI be ln du ded in aU pu rcha e ord er s. The Bidder further declares hat the company under .tands • he financ ial responstbilit.y assoc.iated w 'th t his bid as sta t ed and further de dares t:hat it has the ab1Uty t-0 meet the finandal re spons-ibiiity ssoclated With t:hirs bid. T he Bid der further declares t hat t he company wnl fu rn ish t he iterns 11wa rd -ed for the prk:e bid , FSA C.on ·ract Number FSA23-VEH2 1.0· HE'!av.y Trucks & Buses E] Bidder Com pall y Name Matthews aus AIU;.rnc:e 111c Busin ess Address 4802 West Colon,a l Dr, Or lando , FL :l-:2.BrlB N.ame of" Authorized Agent Glenn J Matt hi'i!ws Emai l .;ddres.s. of au.thortz:ed a!',lent grnatthews@m _ l-C:n w bt.i:sesflorlda.c::orn 8-24-2023 FSA Conl'.n!cl Numb , t FSA.23 -VEH:21 .0 : H~r;1vy rru,k:;; & 8US£15 Bl dd r Cl)mpany Nam Matthews Bus AWam:e Inc. El 13 128 By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and wil l comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the auth orized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsib ility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Nacarato Truck Centers Business Address 360 S Military Tr i Name of Authorized Agent ~i D ~\ \~ COD G Email address of authorized agent p~i. o\e\.·, 1 Y e 0~Ctt.rccto · (_ OM s;gnatuo·e ~-CYi Date g J J 7 } 2-> FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidde r Company Name Nacarato Truck Centers G 13 129 CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number FSA23-VEH21.0 : Heavy Trucks & Buses Bidder Company Name Nextran Truck Centers Business Address 1986 West Beaver Street. Jacksonville , FL 32209 Name of Authorized Agent Anthony Abatecola Email address of authorized agent Aabatecola@nextranusa .com Signature Date 08/22/2023 FSA Contract Number FSA23-VEH21.0 : Heavy Trucks & Buses Bidder Company Name Nextran Truck Centers 13 130 CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number FSA23-VEH21.0 : Heavy Trucks & Buses Bidder Company Name Phoenix Motorcars Leasing LLC DBA Phoenix Electric Sales Business Address 1500 Lakeview Loop Name of Authorized Agent Jose Paul Email address of authorized agent josep@phoenixmotorcars .com Signature Date 08/30/2023 FSA Contract Number FSA23-VEH21.0 : Heavy Trucks & Buses Bidder Company Name Phoenix Motorcars Leasing LLC DBA Phoenix Electric Sales 13 131 ~®;I CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Orlando Freightliner El Business Address 2455 South Orange Blossom Trail Apopka Fl. 32703 Name of Authorized Agent Bob Scharpnick Email address of authorized agent bscharpnick@orlandofreightliner.com Signature ~ Date 08/07/2023 FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Orlando Freightliner B 13 132 CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken , and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number FSA23-VEH21.0 : Heavy Trucks & Buses Bidder Company Name The Peterbilt Store South Florida Business Address 2441 S State Rd . 7 Ft. Lauderdale, Fl. 33317 Name of Authorized Agent Andy Hallums Email address of authorized agent ahallums@thepetestore .com Signature Date 08/28/2023 FSA Contract Number FSA23-VEH21.0 : Heavy Trucks & Buses Bidder Company Name The Peterbilt Store South Florida 13 133CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name RECHTIEN INTERNATIONAL TRUCKS, INC Business Address 7227 NW 74th Avenue, Miami, FL 33166 Name of Authorized Agent Carlos Currlin Email address of authorized agent ccurrlin@rechtien.com s;gnature 7~ · Date 07/31/2023 FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name RECHTIEN INTERNATIONAL TRUCKS, INC 13 134 CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken , and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number FSA23-VEH21.0 : Heavy Trucks & Buses Bidder Company Name Rush Truck Centers of Florida, Inc . Business Address 8111 East Adamo Dr ., Tampa , FL 33619 Name of Authorized Agent Wade Bosarge Email address of authorized agent canad inep@rushenterpr ises .com Signature Date 09/06/2023 FSA Contract Number FSA23-VEH21.0 : Heavy Trucks & Buses Bidder Company Name Rush Truck Centers of Florida, Inc. 13 135 CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken , and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number FSA23-VEH21.0 : Heavy Trucks & Buses Bidder Company Name SBL FREIGHTLINER, LLC Business Address 2840 CENTER PORT CIRCLE POMPNAO BEACH FL 33064 Name of Authorized Agent DONALD MAHER Email address of authorized agent DMAHER@FREIGHTLINERFL.COM Signature Date 08/07/2023 FSA Contract Number FSA23 -VEH21.0 : Heavy Trucks & Buses Bidder Company Name SBL FREIGHTLINER, LLC [3 13 136COOPERATIVE PURCHASING PRO OR Aid CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Southern States Toyota lift Business Address 115 South 78th Street Tamoa FL 33619 Name of Authorized Agent Shane Polson Email address of authorized agent spolson@sstlift.com Signature Date 08/23/2023 FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Southern States Toyota lift E] 13 137 CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued . The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid . The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required . The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated w ith this bid as stated and further declares that it has the abil ity to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid . FSA Contract Number FSA23 -VEH21.0: Heavy Trucks & Buses Bidder Company Name Sun State International Tucks , LLC Business Address 6020 Adamo Drive Name of Authorized Agent David Metcalf Email address of authorized agent dave.metcalf@sunstateintl.com Signature Date 08/14/2023 FSA Contract Number FSA23-VEH21.0 : Heavy Trucks & Buses Bidder Company Name Sun State International Tucks, LLC B 13 138 COOPERATIVE PURCHASIN6 r,ooi!M CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and gr ade of materials required. The Bidder further declares that they have provided a d is count on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid . FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Tampa Truck Center LLC Bus in ess Address 7528 US HWY 301 N Tamoa. FL 33637 Name of Authorized Agent Scott Endr is Ema i l address of authoriz ed agent sendris@southporttruck .com Signature ~~ Date 08/07/2023 FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Tampa Truck Center LLC [3 13 139 CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken , and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number FSA23-VEH21.0 : Heavy Trucks & Buses Bidder Company Name Ten -8 Fire & Safety, LLC Business Address 2950 59th Ave . Dr . E. Bradenton , FL 34203 Name of Authorized Agent Blake Ebben Email address of authorized agent bebben@ten8fire .com Signature Date 08/07/2023 FSA Contract Number FSA23-VEH21.0 : Heavy Trucks & Buses Bidder Company Name Ten-8 Fire & Safety, LLC 13 140 CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken , and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number FSA23-VEH21.0 : Heavy Trucks & Buses Bidder Company Name Terradyne Armored Vehicles Inc. Business Address 1-402 Mu lock Drive, Newmarket, Ontario L3Y 9B8 Name of Authorized Agent Lucus Witzke Email address of authorized agent lucus .witzke@terradyneinc.com Signature Date 08/30/2023 FSA Contract Number FSA23-VEH21.0 : Heavy Trucks & Buses Bidder Company Name Terradyne Armored Vehicles Inc . 13 141 CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken , and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The bidder further declares that they have provided a discount on all factory options included in this bid , and such discount will be included in all purchase orders. The bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid . The bidder further declares that the company will furnish the items awarded for the price bid . FSA Contract Number FSA22-VEL30 .0 Bidder Company Name TRUCKMAX ISUZU Business Address 29020 South Dix ie Hwy , Homestead , FL, 33033 Name of Authorized Agent GUILLERMO CHEZ Email address of authorized agent MYTRUCKSl0l@GMAIL.COM Signature Date 08/04/2023 FSA Contract Number FSA22-VEL30 .0 Bidder Company Name TRUCKMAX ISUZU 14 I Page 142 CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken , and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The bidder further declares that they have provided a discount on all factory options included in this bid , and such discount will be included in all purchase orders. The bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid . The bidder further declares that the company will furnish the items awarded for the price bid . FSA Contract Number FSA22-VEL30 .0 Bidder Company Name TRUCKMAX, INC Business Address 6000 NW 77TH COURT , MIAMI , FLORIDA , 33166 Name of Authorized Agent GUILLERMO CHEZ Email address of authorized agent MYTRUCKSl0l@GMAIL.COM Signature Date 08/04/2023 FSA Contract Number FSA22-VEL30 .0 Bidder Company Name TRUCKMAX , INC 14 I Page 143 CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken , and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number FSA23-VEH21.0 : Heavy Trucks & Buses Bidder Company Name Truckworx Business Address 461 Sand Mine Rd DeFuniak Springs , FL 32435 Name of Authorized Agent Rebecca Herrington Email address of authorized agent rebeccac@truckworx .com Signature Date 08/08/2023 FSA Contract Number FSA23-VEH21.0 : Heavy Trucks & Buses Bidder Company Name Truckworx 13 A. B. C. D. E. F. G. H. I. J. K. FSA Cooperative Purchasing Program FSA23-VEH21.0: Heavy Trucks & Buses Terms & Conditions 144 FLORIDA SHERIFFS ASSOCIATION FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 1 Table of Contents 1.0 GENERAL CONDITIONS .............................................................................................................. 5 1.01 BID CORRESPONDENCE ................................................................................................. 5 1.02 PURPOSE ....................................................................................................................... 5 1.03 TERM OF CONTRACT ..................................................................................................... 5 1.04 JURISDICTION ................................................................................................................ 5 1.05 SHERIFF AS COUNTY CONSTITUTIONAL OFFICER ......................................................... 5 1.06 FUNDING ....................................................................................................................... 6 1.07 CURRENCY ..................................................................................................................... 6 1.08 GENERAL DEFINITIONS .................................................................................................. 6 1.09 ELIGIBLE PURCHASERS OF CONTRACT .......................................................................... 8 1.10 LEGAL REQUIREMENTS ................................................................................................. 8 1.11 PATENTS & ROYALTIES .................................................................................................. 9 1.12 FEDERAL AND STATE STANDARDS ................................................................................ 9 1.13 UNDERWRITERS’ LABORATORIES ................................................................................. 9 1.14 AMERICANS WITH DISABILITIES ACT ............................................................................ 9 1.15 REASONABLE ACCOMMODATION ................................................................................ 9 1.16 DISADVANTAGED BUSINESSES ...................................................................................... 9 1.17 ANTI-DISCRIMINATION ............................................................................................... 10 1.18 BEST COMMERCIAL PRACTICES .................................................................................. 10 1.19 PUBLIC ENTITY CRIMES (PEC) ...................................................................................... 10 1.20 TAX EXEMPTION .......................................................................................................... 10 1.21 ORDER OF PRECEDENCE IN THE EVENT OF CONFLICT ................................................ 11 1.22 COMMUNICATIONS .................................................................................................... 11 1.23 CLARIFICATION AND ADDENDA .................................................................................. 11 1.24 SIGNED BID CONSIDERED AN OFFER .......................................................................... 12 1.25 ASSIGNMENT OF CONTRACT ...................................................................................... 12 1.26 TERMINATION OF PRODUCT LINE............................................................................... 12 1.27 DEMONSTRATION OF COMPETENCY .......................................................................... 12 1.28 VENDOR ABILITY TO PERFORM ................................................................................... 13 145 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 2 1.29 FINANCIAL RESPONSIBILITY ........................................................................................ 13 1.30 QUALITY AND SAFETY ................................................................................................. 13 1.31 NONCONFORMANCE .................................................................................................. 14 1.32 GRATUITIES ................................................................................................................. 14 1.33 TIE BIDS ....................................................................................................................... 14 1.34 RIGHT TO AUDIT .......................................................................................................... 14 1.35 LICENSES AND PERMITS .............................................................................................. 15 1.36 PERFORMANCE BONDS ............................................................................................... 15 1.37 ELIMINATION FROM CONSIDERATION ....................................................................... 15 1.38 INDEPENDENT PREPARATION ..................................................................................... 15 1.39 DEFAULT ...................................................................................................................... 16 1.40 PROTESTS AND ARBITRATION ..................................................................................... 16 1.41 NONPERFORMANCE ................................................................................................... 17 1.42 SEVERABILITY .............................................................................................................. 18 1.43 TERMINATION FOR CAUSE .......................................................................................... 18 1.44 TERMINATION WITHOUT CAUSE ................................................................................ 18 1.45 CONTRACT ADVERTISEMENT AND USE OF FSA LOGO ................................................ 19 2.0 BIDDER INSTRUCTIONS ........................................................................................................... 20 2.01 QUALIFICATION ........................................................................................................... 20 2.02 LICENSING AND FACILITIES ......................................................................................... 20 2.03 INSURANCE AND INDEMNIFICATION .......................................................................... 21 2.04 SPECIFICATIONS .......................................................................................................... 23 2.05 SEALED BIDS ................................................................................................................ 23 2.06 MISTAKES .................................................................................................................... 23 2.07 EXCEPTIONS ................................................................................................................ 23 2.08 EQUIVALENTS .............................................................................................................. 23 2.09 MANDATORY PRE-BID MEETING ................................................................................ 24 2.10 PRICES QUOTED – HEAVY TRUCKS AND BUSES AND EQUIPMENT INVITATIONS TO BID 24 2.11 PRICES QUOTED – PURSUIT, ADMINISTRATIVE AND OTHER VEHICLES INVITATION TO BID ............................................................................................................................... 24 146 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 3 2.12 PURSUIT, ADMINISTRATIVE, AND OTHER VEHICLES CONTRACT COST-PLUS-PERCENT PRICING ....................................................................................................................... 25 2.13 OPTION PRICING – EQUIPMENT INVITATION TO BID ................................................. 26 2.14 OPTION PRICING – HEAVY TRUCKS AND BUSES AND PURSUIT, ADMINISTRATIVE AND OTHER VEHICLES INVITATIONS TO BID ....................................................................... 27 2.15 EMERGENCY LIGHTS AND SIRENS ............................................................................... 28 2.16 BID SUBMISSION ......................................................................................................... 29 2.17 ZONE BIDDING ............................................................................................................ 30 2.18 EXECUTION OF BID ...................................................................................................... 30 2.19 MODIFICATION OR WITHDRAWALS OF BIDS .............................................................. 30 2.20 LATE BIDS .................................................................................................................... 30 2.21 BID OPENING ............................................................................................................... 30 2.22 DETERMINATION OF RESPONSIVENESS ...................................................................... 31 2.23 RESPONSIBLE BIDDER CRITERIA .................................................................................. 31 2.24 BASIS FOR AWARD ...................................................................................................... 31 2.25 BID TABULATIONS ....................................................................................................... 32 2.26 MINOR IRREGULARITIES/RIGHT TO REJECT ................................................................ 32 2.27 CONE OF SILENCE ........................................................................................................ 32 3.0 CONTRACT CONDITIONS ......................................................................................................... 33 3.01 GENERAL REQUIREMENTS .......................................................................................... 33 3.02 STATEMENT OF AUTHORITY ....................................................................................... 33 3.03 VENDOR CONTACT INFORMATION ............................................................................. 33 3.04 ADDITIONS OR DELETIONS.......................................................................................... 33 3.05 CONTRACT EXTENSION ............................................................................................... 33 3.06 PRICE ADJUSTMENT .................................................................................................... 34 3.07 CONDITIONS ................................................................................................................ 34 3.08 PRODUCTION CUTOFF ................................................................................................ 35 3.09 FACILITIES .................................................................................................................... 35 3.10 PURSUIT RATED VEHICLES & MOTORCYCLES ............................................................. 35 3.11 SPECIAL SERVICE VEHICLES ......................................................................................... 35 3.12 CAB AND CHASSIS PURCHASES ................................................................................... 35 147 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 4 3.13 FACTORY-INSTALLED OPTIONS ................................................................................... 35 3.14 VENDOR-INSTALLED OPTIONS .................................................................................... 36 3.15 NON-SCHEDULED OPTIONS ........................................................................................ 36 3.16 FORCE MAJEURE ......................................................................................................... 36 3.17 PURCHASE ORDERS ..................................................................................................... 36 3.18 REGISTRATION, TAG, AND TITLE ................................................................................. 37 3.19 DELIVERY ..................................................................................................................... 37 3.20 INSPECTION AND ACCEPTANCE .................................................................................. 38 3.21 INVOICING AND PAYMENTS........................................................................................ 38 3.22 WARRANTY.................................................................................................................. 39 3.23 QUARTERLY REPORTS ................................................................................................. 39 3.24 ADMINISTRATIVE FEE .................................................................................................. 39 3.25 LIQUIDATED DAMAGES ............................................................................................... 40 Appendix A: Zone Map .............................................................................................................. 42 Appendix B. Bid Calendar .......................................................................................................... 43 Appendix C: ACH Payments ...................................................................................................... 45 Appendix D: Federal Clauses ..................................................................................................... 46 148 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 5 1.0 GENERAL CONDITIONS 1.01 BID CORRESPONDENCE All correspondence regarding this bid should be directed to the Florida Sheriffs Association, “FSA”. Please be sure to reference the bid number and title and provide your contact information. 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: CPP@flsheriffs.org 1.02 PURPOSE The Florida Sheriffs Association invites interested Bidders, including manufacturers and dealers or authorized 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 dealers for contract terms specified under Section 1.03 for the purchase of items on a “no trade-in basis.” 1.03 TERM OF CONTRACT The term for Contracts FSA23-VEL31.0 Pursuit, Administrative and Other Vehicles and FSA23-VEH21.0 Heavy Trucks and Buses shall remain in effect for one year from date of contract execution by the FSA, and may be extended by mutual agreement, at the sole option and discretion of the FSA . The initial term of these contracts begins October 1, 2023, and ends September 30, 2024. The term for Contract FSA23-EQU21.0 Equipment shall remain in effect for two years from date of contract execution by the FSA, and may be extended by mutual agreement, at the sole option and discretion of the FSA. The initial term of this contract begins October 1, 2023, and ends September 30, 2025. 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 JURISDICTION This Agreement shall be governed by and construed in accordance with the laws of the State of Florida. Venue shall lie in the appropriate court in and for Leon County, Florida. 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. 149 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 6 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. 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 Dollars. 1.08 GENERAL DEFINITIONS The terms used in this contract are defined as the following: A. Base Specification: Written descriptions of the minimum requirements for each item or item group developed by the FSA CPP for Bidders to bid on. These item requirements may be unique to FSA CPP and require additional components to the manufacturer’s standard item. B. Bid System: The online forum used for the submission of bids and review of bid results for the specifications connected to this Invitation to Bid. VendorLink is the software used for this bid. C. Bidder: A bidder or enterprise that submits a formal bid to the Florida Sheriffs Association Cooperative Purchasing Program in accordance with the Florida Sheriffs Association Cooperative Purchasing Program Terms and Conditions. A bidder, that is not the manufacturer, must be authorized by the manufacturer to market and sell an item for which they are bidding. D. Build sheet: A document from the Bidder that confirms that the item submitted by Bidders meets or exceeds the FSA CPP Base Specification. Build sheets include, but are not limited to, the factory options list and door data plate information for vehicles that include details such as engine size and transmission, paint codes, production date, axle code, etc. E. Dealer: An enterprise authorized by the manufacturer to market, sell, provide, and service the items for the Florida Sheriffs Association Cooperative Purchasing Program. Dealers may be Vendor-owned and controlled, in whole or in part, or independently owned and controlled. F. 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. 150 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 7 G. Factory: Refers to the manufacturer produced products. H. Fleet Advisory Committee (committee): An employee of a sheriff’s office or other local governmental agency, or person who FSA CPP identifies as a subject matter expert who assists with the development of bid specifications and evaluation of bid responses. The committee makes recommendations to the FSA CPP and is not responsible for final awards. I. Florida Sheriffs Association Cooperative Purchasing Program (FSA CPP): The entity that administers the Invitation to Bid and contract administration functions for the resulting contract(s). J. Invitation to Bid: A competitive solicitation and award process established through the issuance of an invitation to Bidders, 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 requests for proposals, requests for quotes, requests for letters of interest, or the solicitation of purchase orders based on oral or written quotations. K. Manufacturer: The original producer or provider of items offered on this contract. L. 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: a. Manufacturer’s Computer Printouts b. Chrome Systems, Inc.’s PC Carbook Plus and PC Carbook Fleet Edition c. Manufacturer’s Annual U.S. Price Book d. Manufacturer’s official website M. Non-Scheduled Option: Any optional new or unused component, feature or configuration that is not included or listed in the Base Specifications or options provided by the Vendor. N. Production Cutoff: A date used by manufacturers to notify vendors and dealers that the manufacturer has reached maximum capacity for orders or are discontinuing the production of an item. Vehicle manufacturers use this term when referring to any given model year for production. O. Published List Price: A standard “quantity of one” price currently available to government and educational purchasers, excluding cooperative or volume discounts. P. Purchase Order: A request for order from a purchaser to an awarded Vendor for an item that has been awarded on this contract. Purchase Orders placed using this contract formalize the terms and conditions of this contract under which a Vendor furnishes items to a purchaser. Q. Purchaser: A purchaser is an entity that seeks to obtain items awarded on this contract by meeting the eligible user criteria. R. Qualification Packet: This document contains the required forms, attestations, authorizations, and organizational information needed by Bidders to submit a successful and complete bid. 151 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 8 S. Terms & Conditions: This document, which serves as the governing Invitation to Bid and contract for the identified FSA CPP Invitation to Bid and resulting contract(s). Standard regulations, processes, procedures, and compliance requirements are identified herein. Bidders complete a qualification packet during the bid process indicating they agree to comply with the Terms & Conditions, and that this will serve as a contract for both parties, should the Bidder(s) receive award. T. Third Party Supplier: Businesses external to a Bidder or Vendor that provide products and services which contribute to the overall finished item in this contract. Third Party Suppliers are contractors under the direction and responsibility of the Bidder or Vendor. U. Vendor: The Bidder(s) that receive award, who agree to provide the contract items that meet the requirements and Base Specifications of the contract. The Vendor must agree to the Terms & Conditions, which will serve as the governing contract. If the Vendor is not the manufacturer, the Vendor must be authorized by the manufacturer to market, sell, provide, and service all awarded items. V. Vendor Installed: A product or service provided by the Vendor or other third party; not the factory. 1.09 ELIGIBLE PURCHASERS OF CONTRACT Awarded bid 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, other special 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. Eligible purchaser also includes all Eligible Users as defined in F.A.C. 60A-1.001(2). All purchasers are bound by applicable Federal and 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, awarded bids can be extended and guaranteed to other entities , which can include out-of-state sales, in accordance with Vendors’ individual manufacturers’ agreements. Vendors that wish to extend contract pricing to entities other than those defined here are governed by their manufacturers’ agreements and must agree to the Terms & Conditions. 1.10 LEGAL REQUIREMENTS Federal, State, and local laws, ordinances, rules and regulations, including any applicable motor vehicle dealer laws, 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. Bidders have the option to certify that they are willing to accept purchase orders funded in whole or in part with federal funds. By opting in, Bidders certify that they are willing to comply with the requirements outlined in Appendix D upon receipt of a federally funded purchase order. This is not a requirement of the Invitation to Bid or contract. Bidders are not required to opt-in; however, they are required to indicate whether they will opt -in or opt- out of receiving federally funded purchase orders. FSA CPP has taken actions to provide and develop information, materials, and resources for Bidders, Vendors and purchasers that will assist in the use of federal funding with this 152 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 9 contract. It is the responsibility of the purchaser to determine compliance for each Vendor, if they wish to use federal funds for purchase or intend to request reimbursement s using federal funds. 1.11 PATENTS & ROYALTIES The Bidder/Vendor, without exception, shall indemnify and hold harmless the Florida Sheriffs Association (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/Vendor uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception, that the bid prices shall include all royalties or cost s 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 CPP 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 Terms & Conditions, regarding the items and services specifications, safety, and environmental requirements shall immediately become a part of the Terms & Conditions. 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 CPP immediately. 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. TTY users may also call the Florida Relay Service at 711. 1.15 REASONABLE ACCOMMODATION In accordance with the Title II of the Americans with Disabilities Act, any person requiring an accommodation because of a disability at the bid opening must contact the FSA Human Resources at (850) 877-2165. 1.16 DISADVANTAGED BUSINESSES As part of the solicitation process FSA CPP makes information publicly available to potentially qualified entities, and conducts additional outreach to qualified: 153 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 10 • Small businesses, • Minority-owned small businesses, • Women-owned small business enterprises, and • Disadvantaged business enterprises. FSA CPP takes necessary affirmative steps to ensure that minority businesses, women’s business enterprises, and labor surplus area firms are used, when possible, as recommended by 2 C.F.R. § 200.321. FSA CPP will: • Evaluate whether small, minority, and women’s businesses are potential sources, • Place those qualified small and minority businesses and women’s business enterprises on solicitation lists, and • Search the Small Business Administration, Minority Business Development Agency, and Labor Surplus Area reports for additional potential sources. Bidders self-certify in the qualification packet whether they meet the state and federal definitions of a small business, minority-owned small business, women-owned small business enterprise, and disadvantaged business. 1.17 ANTI-DISCRIMINATION The Bidder certifies that they are 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 or omission of any description from the specifications 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 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 a 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 Purchasers 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. The Florida Sheriffs Association is a 501(c)3 organization and is exempt from all Federal Excise and State Taxes. The FSA State Sales Tax and Use Certificate Number is 85-8012646919C-3. 154 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 11 1.21 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): • Addenda to Contract Terms & Conditions, if issued • Contract Conditions • General Conditions • Addenda to Bid Specifications, if issued • Bid Specifications • Bidder Instructions 1.22 COMMUNICATIONS Communications between a Bidder, lobbyist or consultant and FSA are limited to matters of process or procedure and shall be made in writing to the FSA CPP Staff. Bidders should not rely on representations, statements, or explanations other than those made in this Invitation to Bid or in any written addendum to this Invitation to Bid, and no oral representations, statements, or explanations shall be deemed to bind the FSA or eligible users. 1.23 CLARIFICATION AND ADDENDA Any questions or clarifications concerning the Invitation to Bid shall be submitted to FSA CPP by e-mail to CPP@flsheriffs.org with the bid title and number referenced on all correspondence. Final questions must be received by the date for Request for Clarification stated on the Bid Calendar . Questions and answers will be posted to the FSA CPP website on the date indicated on the Bid Calendar. Questions received during the cone of silence date listed on the bid calendar will not be addressed, except as provided herein. 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. FSA CPP will make every attempt to e-mail updates to registered Bidders. However, posting to the FSA CPP website or the Bid System constitutes proper notice of addenda. The FSA CPP shall issue a Formal Addendum if substantial changes that 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 Formal Addenda shall govern over prior Formal Addenda only to the extent specified. 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 Bid Specifications. Bids that fail to account for the specification addenda shall be determined to be nonresponsive; however, the FSA CPP may waive this requirement when in its best interest. After the start of the contract term, FSA CPP 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. 155 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 12 1.24 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 CPP. The bid submission must be signed by an authorized representative. Submission of a bid in the FSA CPP Bid System constitutes a signed bid for purposes of bid evaluation. An electronic signature may be used and shall have the same force and effect as a written signature. 1.25 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 CPP. If the original Vendor sells or transfers all assets or the entire portion of the assets used to p erform this contract, a successor-in-interest must perform all obligations under this contract. FSA CPP reserves the right to reject the acquiring entity as Vendor. A change of name agreement will not change the contractual obligations of the Vendor. In the event a manufacturer reassigns the product line to an alternate company, the Vendor is required to notify the FSA CPP in writing of the change within 10 business days of the reassignment. If the Vendor is not already an approved FSA CPP Vendor, the alternate company is required to submit a Qualifications Packet to the FSA CPP to become an approved Vendor prior to conducting any qualified sales. FSA CPP may approve such assignments of existing or new vendors at its discretion. The Vendor is required to honor the contract pricing and all of the applicable Terms & Conditions throughout the remaining term of the contract. 1.26 TERMINATION OF PRODUCT LINE If a Vendor terminates a product line (manufacturer or brand), the Vendor is required to notify the FSA CPP within 10 business days of the decision not to retain the product line. FSA CPP may remove the terminated products from the contract. 1.27 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 de termined by the FSA CPP. The FSA CPP may consider any evidence available and may require submission of supporting documentation regarding the financial, technical and other qualifications and abilities of a Bidder, including past performance with the FSA CPP in making the award. FSA CPP may inspect the Bidder's facility 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 described in this Invitation to Bid. 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. 156 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 13 1.28 VENDOR ABILITY TO PERFORM The FSA CPP 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 CPP 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. During the contract period, FSA CPP may review the Vendor’s record of performance and may require submission of supporting documentation to ensure that the Vendor is providing sufficient financial support, equipment and organization. If the FSA CPP 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. By responding to this Invitation to Bid, 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 a resulting 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 federa l government. The Vendor shall immediately notify the FSA CPP and purchaser in writing if its ability to perform is compromised in any manner during the term of the contract. 1.29 FINANCIAL RESPONSIBILITY Bidder affirms by the submission of the bid and by signature on the contract signature form 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 adequate facilities and personnel to fulfill such requirements . • Accepts the financial responsibility associated with this bid and declares that they have the access to capital (in the form of liquidity or credit lines) in order to meet the financial demands of such award . • Has assessed the financial responsibility required to serve the contract as bid, including such details as the obligations to perform all items 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. 1.30 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. Items 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. 157 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 14 1.31 NONCONFORMANCE Items may be tested for conformance with specifications. Items delivered that do not conform to specifications may be rejected and returned at the Vendor's expense. 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. 1.32 GRATUITIES Bidders 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 . Bidders shall disclose in writing any conflicts of interest to FSA prior to any award, or as soon as practicable after learning of any such conflict, including any contractual or employment relationships with FSA or potential purchasers of Bidders’ products or services. 1.33 TIE BIDS FSA CPP has the right to award multiple Bidders the primary or alternate award in the event of a tie. In the event the FSA CPP desires to break tie bids, and 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 1.34 RIGHT TO AUDIT Vendor shall establish and maintain a reasonable accounting system that enables FSA CPP to readily identify Vendor’s sales. FSA CPP 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 user information, whether kept by or under the 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 but not limited to purchase orders, confirmation of orders or invoices, 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, quotes, or work sheets; • Contract amendments and change order files; • 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 CPP, the Vendor shall provide such records for inspection and audit by FSA CPP or its authorized representatives. Such records shall be made available to FSA CPP during normal business hours within three business days of receipt of the written notice. FSA CPP may select the Vendor’s place of business or offsite location for the audit. The FSA CPP may also request the Vendor provide requested records via e-mail. 158 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 15 Vendor shall ensure FSA has these rights with Vendor’s employees, agents, assigns, successors, and third-party suppliers, 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 underreporting, overpricing or overcharges (of any nature) by the Vendor to FSA or a purchaser 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. 1.35 LICENSES AND PERMITS The Bidder shall obtain and pay for all licenses, permits and inspection fees for this bid submission and any resulting contract. 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. The Bidder must, by the time of award, be registered to do business in the State of Florida on SunBiz.gov. 1.36 PERFORMANCE BONDS Purchasers 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. 1.37 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. 1.38 INDEPENDENT PREPARATION A Bidder shall not, directly or indirectly, collude, consult, communicate or agree with any other Bidder as to any matter related to the bid each is submitting. Additionally, a Bidder shall not induce any other Bidder to modify, withdraw, submit, or not submit a bid. Bidders or Vendors who are found to have engaged in these acts will be considered nonresponsive and will be suspended or barred from bid participation. Any contract award resulting from these acts may be terminated for 159 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 16 default. Further, any such acts detected by the FSA may be reported to relevant law enforcement and/or prosecutorial agencies. Bidders may submit multiple bids without violating this provision if the bid submitted is not from the same manufacturer and product line. Dealers that share the same ownership may submit multiple bids without violating this provision if the Bidders are not in the same region featuring the same manufacturer and product line. 1.39 DEFAULT In case of default on the part of Vendor, the FSA CPP may take necessary steps to otherwise procure the products sought, including but not limited to procuring the products or services from the next highest ranked Bidder or from other sources. A defaulting Vendor may be held liable for costs incurred by the FSA in procuring replacement products. 1.40 PROTESTS AND ARBITRATION 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 CPP 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. Options are for informational purposes only and will not serve as a basis for protest. 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 req uired and cost incurred by the FSA to substantiate a protesting party’s claim(s) beyond the normal scope of its le gal 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 item being protested. The bond, cashier’s check or money order must be filed 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 CPP 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 t he 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, th ey shall file a notice to FSA CPP 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 160 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 17 amount equal to ten percent of the product line being protested. This amount will be the same amount as the FSA CPP provided at the time of filing the initial protest. Failure to provide written notice to FSA CPP, 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. If the party filing 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. 1.41 NONPERFORMANCE By virtue of the bid submission, Bidder acknowledges its obligation to sell items in all zones for which it is awarded. Upon award, failure of the Vendor to comply with these requirements may result in the imposition of liquidated damages of up to $1,000 per item, which amount the Vendor agrees is reasonable, or probation, suspension, termination or a combination thereof from current and future bids at the FSA CPP’s discretion. The Vendor shall at all times during the contract term remain responsive and responsible. In determining Vendor’s responsibility, the FSA CPP shall consider all information or evidence that demonstrates the Vendor’s ability or willingness to fully satisfy the requirements of the Terms & Conditions. 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 CPP 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 items or zones, or other actions as determined by FSA CPP at its sole discretion. At FSA CPP’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 CPP. In situations where there is evidence that the Vendor has engaged in egregious breaches of the contract with respect to either the FSA CPP 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 CPP. 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. 161 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 18 Any Vendor presented with a valid Purchase Order consistent with Vendor bid quotes or other agreed upon terms and pricing is required by this contract to accept such purchase order and deliver the product. Purchase Orders must be fulfilled whether or not the Purchase Order includes options. The Vendor must deliver this product in accordance with the Terms & Conditions – regardless of whether doing so will provide the Vendor with a profit or loss. Failure to deliver the item may result in the purchaser seeking damages for the difference of cost to issue a new Purchase Order with another Vendor plus any legal fees and damages that may be incurred in the process to facilitate a completed order. Additionally, FSA CPP may seek damages for nonpayment of administrative fees, to which FSA CPP is entitled, according to Section 3.28, and any attorney’s fees incurred in the recovery of these damages. 1.42 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. 1.43 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 CPP 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 so le discretion of the FSA CPP, and the failure to exercise such right shall not be deemed to constitute a waiver of this right. In the event of a termination for cause, the purchaser shall compensate the successful Bidder in accordance with the contract for all services performed by the successful Bidder prior to termination, net of any costs incurred by the purchaser and 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 CPP may reasonably withhold payments to the Vendor for the purposes of offset until such time as the exact amount of damages due the FSA from the Vendor is determined. 1.44 TERMINATION WITHOUT CAUSE The FSA CPP 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 the event of a termination without cause, all finished or unfinished documents and other materials shall be properly delivered to the FSA CPP. 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 balance of the contract or cancellation charges. 162 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 19 Any payments to the Vendor shall be only to the total extent of the purchaser liability for goods or services delivered prior to the date of notice to terminate the contract. 1.45 CONTRACT ADVERTISEMENT AND USE OF FSA LOGO The FSA 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 use of the logo by contacting cpp@flsheriffs.org, and should include a brief description of how the Vendor intends to use the logo. The official FSA sheriff's star and wreath logo may not be used without prior written permission. 163 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 20 2.0 BIDDER INSTRUCTIONS 2.01 QUALIFICATION Bidders are required to complete the qualification packet as part of the bid submission. A Bidder becomes a qualified bidder if they comply with this section and Section 2.11, Mandatory Pre-Bid Meeting. Qualification Packet information required for bid qualification include: • Qualification form o Contact Information o Business Profile o References o Disqualifications & Defaults o Warranty Service Plan Attestation o Emergency Technician Attestation • Compliance Attestations o E-Verify o Drug-Free Workplace o Workers Compensation o Compliance with Applicable Federal, State, and Local Laws and Ordinances • Federal Compliance • If willing to comply with the requirements applicable to federally funded purchase orders , Federal Compliance Certifications o Certification Regarding Debarment and Suspension o Certification Regarding Lobbying • Contract Signature Form • Insurance Checklist o Certificates of Insurance due five days prior to award The qualification packet is located on the Bid System. 2.02 LICENSING AND FACILITIES Bidders are required to obtain all required licenses, including any applicable motor vehicle dealer licenses, and registrations, and comply with all applicable Federal, State, and local laws and ordinances, including any applicable motor vehicle dealer laws, in order to bid on any motor vehicle. Bidders must maintain a repair facility within the State of Florida to provide warranty service for the items bid. If Bidders do not have a facility, the Bidder must be able to assist purchasers in obtaining warranty work as authorized by the manufacturer. If a Bidder does not maintain a facility within the State of Florida, the Bidder must have a plan as to how the Bidder would service Florida purchasers if awarded the contract. This warranty service plan must demonstrate that the warranty work will be timely and satisfactorily performed and should include: • Whether the warranty service provider is approved by the manufacturer; • If the Bidder 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, 164 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 21 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 the Warranty Service Plan may be evaluated by the FSA CPP. The FSA CPP reserves the right to request additional information from a Bidder regarding the facility during the solicitation and the term of the contract, if awarded. The FSA CPP may also exercise discretion in examining such facility as deemed necessary. 2.03 INSURANCE AND INDEMNIFICATION Bidder/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/Vendor, its agents, employees, partners, or third party suppliers; provided, however, that the Bidder/Vendor 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. The Florida Sheriffs Association and/or participating agencies shall give the Bidder/Vendor (2) the opportunity to take over and settle or defend any such action at Bidder’s/Vendor’s sole expense. When reasonable, the Florida Sheriffs Association will give the Bidder/Vendor written notice of an action or threatened action. Bidder/Vendor shall not be liable for any unreasonable 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 Insurance Checklist summarizes the Bidder’s/Vendor’s insurance coverage obligations, if awarded. Certificates of Insurance, evidencing such coverages and endorsements as required herein, shall be provided no later than five (5) business days prior to the contract award date. The Vendor may not begin performance under the contract until such Certificates have been approved by the FSA CPP. The certificate must state Bid Number and Title. FSA must be named as an additional insured for the duration of the contract. 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 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 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 contract. The Vendor at all times during the full duration of work under this contract, including extra work in connection with this contract, shall meet the requirements of this section. The Vendor shall maintain automobile liability insurance including property damage covering all owned, non- owned, hired and scheduled automobiles, when used in connection with the delivery or service of this contract. 165 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 22 The Vendor shall maintain insurance to cover garage operations in the amount specified on the Insurance Checklist when the garage is used to complete work on this contract. 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 B+ or better per the AM Best Rating. FSA CPP required insurance coverages must be maintained through the duration of the contract. Upon expiration of the required insurance, the Vendor must email updated certificates of insurance for as long a period as any work is still in progress. No change or cancellation in insurance shall be made without 30 calendar days written notice to the FSA CPP. 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 firs t dollar of exposure. 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 existenc e 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 they are for acts and omissions of persons directly employed by the Vendor. The FSA can request, and the Vendor shall furnish proof of insurance within seven (7) 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 CPP shall have the right to consider the contract breached and justifying the 166 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 23 termination thereof. If Bidder does not meet the insurance requirements; the FSA may consider alternate insurance coverage. 2.04 SPECIFICATIONS All items covered by this Invitation to Bid and any resulting 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 System or FSA CPP item group specification. The Base Item Specifications are contained in the FSA CPP Bid System, may be requested from FSA CPP, and are retained within FSA CPP’s archive. As part of the bid submission, Bidders will be required to provide confirmation that the item bid meets the FSA CPP Base Specification. FSA CPP may reject bids that fail to provide confirmation that the item(s) bid meet the FSA CPP Bid Specifications. FSA CPP develops the specifications with subject matter experts and publicly available information. However, FSA CPP does not have access to full details from the manufacturer and relies on Bidders to assist in this process. Bidders should immediately notify the FSA CPP of any inaccuracies in the specifications. All notifications of inaccuracies must be in writing. If awarded a contract, Vendor(s) must offer and supply an item that either meets or exceeds all the requirements included in the applicable Bid Specifications, unless a purchaser specifically issues a Purchase Order for a base item and Option that differs from the Base Specifications. Failure of a Bidder to comply with these provisions will result in Bidders being held responsible for all costs required to bring the item into compliance with the contract specifications. 2.05 SEALED BIDS For purposes of this solicitation, a sealed bid is considered a bid submitted using the FSA CPP Bid System. 2.06 MISTAKES Bidders are expected to examine the Base Item 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. 2.07 EXCEPTIONS Any requested exceptions, deviations, or contingencies a Bidder may have to the Terms & Conditions must be documented in Bidder’s submission. Exceptions to the Base Specifications at the time of the bid submission shall reference the item number, make and model. FSA CPP has the discretion to grant or deny, in whole or in part, the Bidder’s requested exception, deviation or contingency to the specifications or Terms &Conditions. Bidder acknowledges that the bid may be disqualified if FSA CPP rejects the proposed exceptions. 2.08 EQUIVALENTS Prior to the opening of the Bid System, Bidders may request item equivalents. The Bidder must submit the manufacturer name and model number (or product identifier) of each equivalent requested to FSA CPP. Complete, 167 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 24 descriptive, technical literature should demonstrate that the equivalent conforms with specification. If a bid uses equivalents without prior approval, the bid may be disqualified. 2.09 MANDATORY PRE-BID MEETING Prospective Bidders are required to attend or participate in the mandatory Pre-Bid Meeting. The Pre-Bid Meeting is designed for vendors, the Fleet Advisory Committee and the FSA CPP to clarify questions on the Terms & Conditions and to confirm all Base Item specifications. Questions relating to the items, specifications, the bid process, or award can be asked at the Pre-Bid Meeting. Bidders have the opportunity to suggest technical modifications or corrections before the Base Item specifications are finalized. FSA CPP reserves the right to grant attendance exceptions to the mandatory meeting if the Bidder has requested authorization, agrees in writing to meet all the Terms & Conditions without exception and further waives their right to protest the bid process in its entirety or any portion thereof. 2.10 PRICES QUOTED – HEAVY TRUCKS AND BUSES AND EQUIPMENT INVITATIONS TO BID Items and options should reflect the most complete price and be below MSRP and at a minimum should cover the cost of the item or option bid. Prices quoted in the bid submission should reflect the final amount the Bidder can expect to receive for payment for the items bid for the duration of the contract, unless otherwise provided in the contract. Prices submitted as indicated in the sealed bid are final. Bidders acknowledge that prices quoted will be valid for a period of sixty (60) calendar days from the date of bid opening. Each item, make, and model must be priced and bid separately. Prices must be inclusive of all the components included in the Base Specification. Prices bid must include the administrative fee FSA CPP charges to administer the contract, as outlined in these Terms & Conditions. The administrative fee is three quarters of one percent (.0075). Prices bid must be at least cost, be Free On Board (FOB) destination, and must include delivery to the purchaser. Upon award, the Vendor has the authority to offer additional discounts based on prompt payment, quantity, as well as additional manufacturer or vendor discounts. 2.11 PRICES QUOTED – PURSUIT, ADMINISTRATIVE AND OTHER VEHICLES INVITATION TO BID Due to the changing market conditions, the FSA CPP has temporarily moved to a percent above cost, or “cost- plus”, model for the Pursuit, Administrative and Other Vehicles Contract. The cost-plus model allows for Vendors to sell items immediately when order windows open up for next year’s model, when the manufacturer changes price during the contract term, or when new items come to market. Bidders shall provide a Bid Price and a Percent for each item bid. The Bid Price will be used to evaluate the lowest, responsive and responsible Bidder for each item and zone. The Percent will be used under an awarded contract to determine the cost-plus pricing for new year’s models, when the manufacturer changes price during the contract 168 Page 25 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions term, or when new items come to market. The FSA CPP will use the percent feature of the Bid System as the field to capture the percent above cost that the Vendor can expect to receive from the purchaser for the purchase of an awarded item. The FSA CPP has the discretion to disqualify Bidders if the proposed Percent is excessive. In order to determine if Percent is excessive, FSA will compare the Percents proposed by Bidders for each item in each zone. Prices and Percents bid for items and options should reflect the most complete item price, be below MSRP, and at a minimum should at least cover the cost of the item or option bid. Prices and Percents bid must be at least "Item Cost", be Free On Board (FOB) destination, and must include delivery to the purchaser. As used in this provision, “Item Cost” is defined as the factory invoice price for the item, the Original Equipment Manufacturer (OEM) destination and delivery to dealer, and the FSA Administrative fee, minus the OEM government pricing concessions specific to this bid, all manufacturer incentives, discounts, rebates, concessions and holdbacks. As used in this provision, “Total Cost” is defined as the Item Cost, plus costs of dealer’s floorplan estimated operational expense, and costs of dealer for preparation, cleaning, and assembling, gas, and delivery to zone. As used in this provision, “Bid Price” is defined as the Total Cost and profit. As used in this provision, “Percent” is defined as the markup over Item Cost. Bid Prices will be used as the initial publish pricing for awarded items. As windows open up for next year’s model, the manufacturer changes price during the contract term, or as new items come to market, FSA CPP will work with Vendors to update the published pricing for such items based on the awarded Percent, within a reasonable period of time. Vendors may accept Purchase Orders for such items in accordance with these Terms & Conditions before submitting updated published pricing to FSA CPP. 2.12 PURSUIT, ADMINISTRATIVE, AND OTHER VEHICLES CONTRACT COST-PLUS- PERCENT PRICING Due to the changing market conditions, the FSA CPP has temporarily moved to a percent above cost, or “cost- plus”, model for the Pursuit, Administrative and Other Vehicles Contract. The cost-plus model allows for Vendors to sell items immediately when order windows open up for next year’s model, when the manufacturer changes price during the contract term, or when new items come to market. The Bid System provides each Vendors’ percent above cost at which the Vendor will sell such items. The Percent provided in the Bid System does not provide a percent discount for items bid. If Vendor fulfills a Purchase Order at other than published pricing, at purchasers’ request, Vendor must provide documentation substantiating the Item Cost, as defined in section 2.11. 169 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 26 2.13 OPTION PRICING – EQUIPMENT INVITATION TO BID 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 CPP 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. Options may only provide a downgrade to a manufacturer’s model when specifically requested in a Purchase Order issued in accordance with the Terms & Conditions by a purchaser. Bidders shall NOT use options to create equipment that is entirely different than the FSA CPP Base Specification or are available as another specification bid on this Invitation to Bid. 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 CPP has the discretion to disqualify Bidders if the option pricing is excessive or if options listed are not available for the item bid. In order to determine if pricing is excessive, Bidders agree to provide documentation to FSA CPP to verify cost at any time during the solicitation process or during the contract term. This information is for comparison purposes only when determining if pricing is excessive and will not be published. Option pricing will include all costs of labor associated with the option and cost of labor should not be listed separately within the bid. For purposes of this bid, Emergency Lights and Sirens will require a separate pricing sheet upload in the Bid System. 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 3.21 for additional details. Government imposed fees should not be included in this option pricing. No other additional charges or fees are admissible. 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 CPP. 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 170 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 27 the Invitation to Bid. For example, a Vendor who is awarded the bid for 25,500 lb. GVWR Cab & Chassis cannot upgrade this item through an add option to a 30,000 lb. GVWR Cab & Chassis in order to circumvent the bid award winner for the 30,000 lb. GVWR Cab & Chassis. 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. The options will correspond to the specification or item number. Multiple options may be listed for 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 pri cing is not uploaded correctly, FSA CPP 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 CPP 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. Loose Equipment can be bid as an option and made available to purchasers for items originally purchased from this contract. For purposes of this provision, “Loose Equipment” is any item of equipment that attaches to the heavy equipment item(s) included in the awarded bid, such as different sized blades. Loose Equipment does not include accessories, such as additional keys. 2.14 OPTION PRICING – HEAVY TRUCKS AND BUSES AND PURSUIT, ADMINISTRATIVE AND OTHER VEHICLES INVITATIONS TO BID FSA CPP requests Bidders include most frequently purchased options in the Bid System. Option pricing must include the administrative fee. Bidders must provide a price for each option in addition to a percent below MSRP for factory-installed options or a percent above cost for other options. The FSA CPP has the discretion to disqualify Bidders if the option pricing is excessive. In order to determine if pricing is excessive, Bidders agree to provide documentatio n to FSA CPP to verify cost at any time during the solicitation process or during the contract term. This information is for comparison purposes and will not be published. 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. Options may only provide a downgrade to a manufacturer’s model when specifically requested in a Purchase Order issued in accordance with the Terms & Conditions by a purchaser. Bidders shall NOT use options to create an item that is available as another item bid on this Invitation to Bid. The use of options to facilitate the sale of an alternate manufacturer’s product which is outside the scope of the Base Specification will be determined nonresponsive and the bid will be rejected in whole or part by the FSA CPP. Bidders must disclose which options require the purchase of other options or are dependent on another option in their bid submission. Option pricing will include all costs of labor associated with the option and cost of labor should not be listed separately. Bidder must use proper manufacturer codes for factory options. Options available through the factory should be bid and supplied to purchaser as factory options, unless otherwise requested in writing by the purchaser. Factory 171 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 28 package options are permitted under this contract. Factory package options included in the bid submission must detail what components the package includes. If a Bidder will offer registration and title services as a fee for service, government-imposed fees should be listed at the exact cost and shall not include the FSA administrative fee. If the Bidder wishes to offer credit to the purchaser for an option that is standard on the FSA CPP Base Specification, the Bidder should include the word “Credit” at the beginning of the description field and continue to describe the option being credited. For example, “Credit: one key fob” and enter the price the Bidder will credit the purchaser. For purposes of this bid, Emergency Lights and Sirens will require a separate pricing sheet and option upload in the Bid System. Section 2.15 contains specific instructions and exceptions for Emergency Lights and Sirens. 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 departments 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 only use installers that possess a current Emergency Vehicle Technician Certification, or an approved equivalent. FSA CPP may request certificates for a Vendor’s installers at any time during the contract term. Labor may be charged for the installation of emergency lights and sirens. Labor rates must be disclosed as part of the bid submission. Bidders may not charge for labor for vehicles that are manufactured with emergency lights and sirens, including motorcycles. Prices submitted for emergency lights and sirens shall include all applicable government-imposed fees. Bidders that 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 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. Bid Submission of Emergency Lights and Sirens If offering emergency lights and sirens, Bidders will be asked to provide pricing by submitting a pricing sheet. An emergency vehicle lights and siren option pricing template is offered in the Bid System. Bidders are encouraged, but not required to use the template. If item or specification group is helpful to display light and siren options, Bidders may categorize the pricing sheet by item group. Items listed below are required for the submission of the pricing sheet: • Order code • Description • Price (part only) 172 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 29 • Estimated labor hours • Labor cost per hour 2.16 BID SUBMISSION Bidders must submit a bid electronically using the Bid System. Bid submissions include a price for each item and option bid in accordance with Section 2.10, 2.11, 2.13, 2.14, and 2.15. Each Bidder must submit a qualifications package for each bid. The bid must be received by the date and time specified on the Bid Calendar in Appendix B. Failure to meet all submission requirements by the date indicated on the Bid Calendar will result in rejection of the bid. Bid System: VendorLink The Bid System is located at https://www.myvendorlink.com. Bidders are encouraged to participate in training provided. Usernames and passwords will be issued to Bidders after registering in the Bid System. Contact VendorLink at support@evendorlink.com if technical issues arise during bid submission. Prices are to be rounded to the nearest whole dollar. If a Bidder submits bid pricing using cents, the following formula will be applied to round the bid pricing to the nearest whole dollar: $.01-.49 will be rounded down to the dollar bid (e.g., $50.49 = $50) and $.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: • For the Heavy Trucks and Buses Invitation to Bid, insert a: o Price for each item bid by zone • For the Pursuit, Administrative and Other Vehicles Invitation to Bid , insert a: o Bid Price for each item bid by zone, as defined in Section 2.11 o Percent for each item bid by zone, as defined in Section 2.11 • For the Equipment Invitation to Bid, insert a: o Price for each item by zone • Upload files as instructed in the Bid System; files requested will be in Excel or .pdf. • Follow all instructions outlined in this Invitation to Bid and provide all requested information. The bid shall include the following documents: • Executed Qualifications Packet. • Build sheet for each item bid as a single .pdf • Pricing Sheet for Emergency Vehicle Lights and Sirens, if applicable. • Any requested exceptions or equivalents. Option Upload An option sheet should be submitted for each item bid. The Bid System will accept option information for each item through a .pdf file upload. Each option sheet should include a header to identify the FSA CPP contract title and number, the Bidder name, item number, make and model. Each option sheet should include: • Option • Description • Manufacturer order code or identifying code • Price For the Heavy Trucks and Buses and Pursuit, Administrative, and Other Vehicles Invitations to Bid, the option sheet should also include: 173 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 30 • Cost plus percent for all items not installed at the factory • Percent below MSRP for factory installed options FSA CPP may ask awarded Bidders to supply one hard copy set with digital signatures and original compliance forms, prior to the contract execution. Hard copy bids should not be submitted unless specifically requested by FSA CPP. 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. 2.17 ZONE BIDDING Bidders may bid in one or more geographic zones. Bidders must submit pricing for each zone they wish to be evaluated. The zone map is included in Appendix A. The geographic zones are in place to assist Bidders in estimating costs of delivery, which must be included in the price bid and quoted to the purchaser. For the Pursuit, Administrative and Other Vehicles Contract, the cost of delivery must be included in the Percent. 2.18 EXECUTION OF BID By submitting a response to this Invitation to Bid, the Bidder agrees to the Terms & Conditions and to be bound by such Terms & Conditions if selected for award. The Bidder must submit the Contract Signature Form with the signature of an authorized representative no later than the bid submittal due date. All Terms & Conditions are applicable throughout the term of the awarded contract and are not specific to any given year, make or model. 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 of the bid submission 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 must withdraw the bid, the Bidder must contact FSA CPP 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 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 may occur at the Florida Sheriffs Association, 2617 Mahan Drive, Tallahassee, Florida, or may be offered online. FSA CPP will provide a bid inspection period for Bidders following the bid opening. The date, time and duration will be announced prior to the bid opening. 174 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 31 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 Invitation to Bid. As set forth in Section 2.26, FSA CPP reserves the right to waive or allow a Bidder to correct minor irregularities. 2.23 RESPONSIBLE BIDDER CRITERIA Bids will be evaluated to determine if qualifications 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. The FSA CPP will not request documentation or consider a Bidder’s social, political or ideological interests in determining if the Bidder is a responsible bidder. FSA CPP will not give preference to a Bidder based on the Bidder’s social, political, or ideological interests. 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 on previous FSA contracts; and • Any other information relevant to the responsibility of a Bidder of which FSA CPP is aware. In addition to the requirements set forth by these Terms & Conditions, FSA CPP reserves the right to request staffing, performance and financial information from any Bidder during the evaluation process. FSA CPP reserves the right to determine which responses meet the requirements, specifications, Terms & Conditions of the solicitation, and which Bidders are responsive and responsible. FSA CPP further reserves the right to limit participation of Bidders who, in FSA CPP’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 non-responsible. 2.24 BASIS FOR AWARD For the Heavy Trucks and Buses, and Equipment Invitations to Bid, the FSA CPP shall make awards to the qualified, responsive and responsible Bidder(s) who submitted the lowest priced bid by item, manufacturer, and zone. Awards may also be made to subsequent lowest responsive and responsible Bidders by item, manufacturer, and zone, when determined to be in the best interest of the FSA and the purchaser(s). FSA CPP has the discretion to consider option pricing in making the award and to disqualify Bidders for proposing excessive option pricing. For the Pursuit, Administrative and Other Vehicles Invitation to Bid, the FSA CPP shall make award to the qualified, responsive and responsible Bidder(s) who submitted the lowest Bid Price by item, manufacturer, and zone. Awards may also be made to subsequent lowest responsive and responsible Bidders by item, manufacturer, and zone, when determined to be in the best interest of the FSA and the purchaser(s). FSA CPP has the discretion to consider Percent and option pricing in making the award and to disqualify bidders for proposing excessive Percent(s) or option pricing. 175 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 32 Awards will not be given to any parties listed on the government wide exclusion in the System for Award Management. FSA CPP 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. FSA CPP reserves the right to make multiple awards for each item, if determined to be in the best interest of the FSA and the purchasers. Awards will be posted on the FSA CPP website according to the date posted in the bid calendar. 2.25 BID TABULATIONS The Bid Tabulation report will be posted on the FSA CPP website after the bid submission closes. If there is a delay in posting the bid tabulation results, FSA CPP will post a notice of the delay and a revised date for posting of results. 2.26 MINOR IRREGULARITIES/RIGHT TO REJECT The FSA CPP 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 CPP 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 & 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 CPP may allow a Bidder to correct minor irregularities but is under no obligation to do so. In doing so, the FSA CPP may request a Bidder to provide clarifying information or additional materials to correct the irregularity. However, the FSA CPP will not request, and a Bidder may not provide the FSA CPP 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 CPP may also reject any bids not submitted in the manner specified in this document. 2.27 CONE OF SILENCE This Invitation to Bid is subject to the Cone of Silence that begins the date the bid submission opens through the intent to award date 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 Bid System, or communications initiated by the FSA CPP. All permitted communications during this period shall be made in writing to the contacts identified in Section 1.01 of this Invitation to Bid. 176 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 33 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 CPP and the awarded Vendor. The Terms & Conditions apply to all items purchased from this contract. 3.02 STATEMENT OF AUTHORITY Each person signing the contract warrants that they are duly authorized to do so and binds the respective party to the contract. 3.03 VENDOR CONTACT INFORMATION The Vendor shall maintain current contact information with FSA CPP at all times for sales and submission of purchase orders, quarterly reports and administrative fee payments. If a change occurs during the contract, the Vendor must notify FSA CPP immediately. 3.04 ADDITIONS OR DELETIONS FSA CPP 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 purchasers, 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 or manufacturer performance, or the product’s lack of relevance. For items that come to market during the contract term, FSA CPP may authorize qualified and awarded Vendors to offer the new item under the existing contract terms and conditions, if the manufacturer authorizes a Vendor to sell the item. FSA CPP will request awarded Vendors submit pricing and will evaluate the responses prior to authorizing awarded Vendors to offer the new item. 3.05 CONTRACT EXTENSION Contract Extension The contract may be extended by mutual agreement for up to two (2) additional years, on a year -to-year basis. FSA CPP reserves the right to execute a contract extension or to allow the contract to fully or partially terminate and readvertise for bids, whichever is in the best interest of FSA. The Vendor may request price adjustments for contract extensions as provided for herein. If no request is received from the Vendor, the FSA CPP will assume that the Vendor has agreed that the optional term may be exercised without a price adjustment. Any adjustment request received after the execution of an extension may not be considered unless otherwise provided for in this contract. Month-to-Month Continuation In the event a new contract is not active at the time of this contract’s expiration, this contract’s terms and conditions shall extend on a month-to-month basis and shall not constitute an implied extension of the contract. Such a month-to-month continuation shall be upon the compensation and payment provided herein. 177 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 34 3.06 PRICE ADJUSTMENT In addition to the cost-plus-percent pricing adjustments available for the Pursuit, Administrative, and Other Vehicles contract, the Terms & Conditions provide the following options for price adjustments: • Annual Price Adjustments • Changes to Manufacturer Production or Design • Manufacturer Certified Adjustments • Equitable Adjustments Price adjustment requests must clearly substantiate a need to increase or decrease the price. Price adjustments will not be considered if Vendors are delinquent on administrative fee payments or have outstanding quarterly reports. Annual Price Adjustment The FSA CPP may consider annual price adjustments due to: • Changes in the Producer Price Index (PPI) as published by the U.S. Department of Labor, Bureau of Labor Statistics (BLS); or • As a result of changes to national or state standards that require substantial price adjustments. FSA CPP may consider other documentation related to the change to national or state standards but is not obligated to grant price changes without literature from the manufacturer. The FSA CPP will consider the request and will make a final determination on the change in price. Changes to Manufacturer Production or Design Significant changes by the manufacturer to the production of and specification design may initiate a price adjustment request. FSA CPP will consider order dates, production factors, model year, or other conditions, as well as the replacement or complete redesign of items. Vendors must provide documentation from the manufacturer. Manufacturer Certified Adjustments Vendors must provide documentation from the manufacturer to FSA CPP that shows the additional costs or price adjustments imposed by the manufacturer and substantiate the need for a related price adjustment for this contract. Equitable Adjustments The FSA CPP 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 contract shall be the most current model offered. 178 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 35 3.08 PRODUCTION CUTOFF Vendors shall notify the FSA CPP 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. 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. 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 items, FSA CPP may consider substitutions from the same manufacturer. 3.09 FACILITIES The FSA CPP reserves the right to inspect the Vendor’s facilities at any time with prior notice. 3.10 PURSUIT 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. At the time of the bid there were two nationally recognized authorities: State of Michigan, Vehicle Test Team of the Michigan State Police (MSP) Precision Driving Unit Los Angeles County Sheriff’s Department Law Enforcement Vehicle Test and Evaluation Program Vehicles: 3.11 SPECIAL SERVICE VEHICLES Vehicles in this category have been reviewed by one or more of the nationally recognized authorities on pursuit 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 manufacturers published information for detailed information regarding these vehicles. 3.12 CAB AND CHASSIS PURCHASES Vendors performing upfitting of cab and chassis should be licensed and certified to perform such work. Vendors are responsible for tag and title work if the chassis is completed by the Vendor or the Vendor’s contracted third- party supplier. The requirements of Florida Statute 319.21 related to the manufacturer statement of origin apply to cab and chassis purchases. Cab and chassis may be purchased from the Vendor without any required additional upfitting by the Vendor. Vendors are not responsible for tag and title if an incomplete chassis is requested and sold to the purchaser. 3.13 FACTORY-INSTALLED OPTIONS All options specified as factory-installed are to be installed on the item at the primary site of assembly and are to 179 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 36 be the manufacturer’s standard assembly-line product. Aftermarket and vendor-installed equipment will not be accepted as factory-installed. Vendors found supplying aftermarket or vendor-installed equipment where factory- installed are specified shall be required to retrieve all delivered items and supply new items meeting the specifications. All factory-ordered options are to be original equipment manufacturer (OEM) and installed at the primary site of assembly unless otherwise noted by the Vendor and acknowledged in writing by the purchaser. Verbal agreements will not be recognized. 3.14 VENDOR-INSTALLED OPTIONS All vendor-installed accessories, equipment, or options shall be installed according to the manufacturer’s specifications. All vendor-installed options must be manufactured by an established manufacturer of the product provided. Vendors are required to disclose make and model of product being offered, 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 accessory, equipment or option that is less than or exceeds the factory or equipment warranty coverage. Any Vendor that violates this provision will be considered in default of the contract. FSA CPP may terminate the contract in accordance with these terms & conditions. 3.15 NON-SCHEDULED OPTIONS A non-scheduled option is an option not listed on the FSA CPP published award. Vendors may provide non- scheduled options at less than MSRP or the Published List Price. Non-scheduled options should be identified and listed as a separate line item with the price and discount on the purchase order. Non-scheduled options are covered under these terms and conditions. 3.16 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. 3.17 PURCHASE ORDERS To initiate a purchase, a purchase order must be issued to the Vendor, which includes: • FSA CPP contract title and number; • FSA CPP item number, and the make and model or item description; and • Purchaser name, phone number and email address. The Vendor’s acceptance of a purchaser’s order will indicate that the Vendor agrees to deliver an awarded item that will be fully compatible with all of its options. Production schedules and delivery dates should be discussed 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. 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. Any changes that are required to bring an item into compliance with the various options due to an incorrect order will be accomplished at the Vendor’s expense. 180 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 37 A Confirmation of Order form shall be completed by the Vendor and provided to the purchaser and FSA CPP fifteen (15) calendar days from receipt of purchase order without request by the purchaser. Any additional information needed to complete this form should be obtained by the Vendor from the purchaser. 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 awarded items outside of an awarded zone may upon mutual agreement between the Vendor and the purchaser charge a delivery fee. If a Vendor receives a purchase order for an item 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. The Vendor must submit electronic copies of Purchase Orders within fifteen (15) calendar days of the Purchase Order issue date. Emails shall be sent to coop@flsheriffs.org. Purchase orders received by the Vendor after this deadline must be submitted to FSA CPP as soon as possible with the date received by the Vendor and cause for the delay. Purchase Orders should contain the following required information: • Purchaser name, • Purchase order number, • Purchase order issue date, • FSA CPP contract title and number, • Item number, • Item make and model, or item description, • Item price, • Options by item, and • Estimated delivery date. Purchase orders vary in format and information provided. If a purchase order does not include the required information, the Vendor must submit supplemental documentation to FSA CPP at the same time the purchase order is due. Such information may be in bid quotes, equipment proposals, confirmation of orders, or other documents. If a purchaser does not use purchase orders, written communication from the purchaser to the Vendor will be provided to FSA CPP. 3.18 REGISTRATION, TAG, AND TITLE 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 item. Costs of registration, tag and title shall not exceed the statutory rates. FSA administrative fee does not apply to the cost of registration, tag and title. 3.19 DELIVERY Vendors are to inspect the item to confirm the item meets or exceeds the FSA CPP Base Specification, manufacturer specification, and purchase order. Deliveries not complying with these requirements may be rejected and will have to be redelivered at Vendor’s expense. Delivery shall be within the normal working hours of the user, Monday through Friday, excluding holidays. Delivery schedules shall be agreed to by the purchaser and the Vendor. 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 181 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 38 delivery details. The Vendor shall be responsible for delivering items that are properly serviced, clean and in first class operating condition. Items shall be delivered with each of the following documents completed or included: 1. Copy of the Purchase Order. 2. Copy of the FSA CPP Base Specification. 3. Copy of manufacturer’s Invoice, price sheet, build sheet or other documentation that verifies what components are included on the item being delivered 4. Copy of the pre-delivery service report 5. Registration warranty certification 6. Owner’s manual 7. Registration, tag and title or an application for the registration, as applicable All items 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 items that have more than thirty-five (35) gallons, a minimum of one eighth (1/8) of a tank of fuel must be provided. All electric vehicles must be delivered with a minimum charge level of 10 percent. 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. 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 mus t comply with manufacturer’s break-in requirements and all applicable traffic laws. Any delivery accomplished by driving a pursuit-rated vehicle must use an “OUT OF SERVICE” cover on light bars. Deliveries in excess of 350 miles shall be made by transport, or otherwise approved by the purchaser, however, this requirement shall not apply to incomplete chassis. Items with hour meters must be delivered with fewer than five (5) hours on the hour meter or may be rejected by the purchaser. The purchaser may choose to negotiate a lower purchase price when the item exceeds five (5) hours. When items 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 item is redelivered or repaired. The cost of any transportation required to address the defect shall be the responsibility of the Vendor until the items are satisfactory and accepted by the purchaser. 3.20 INSPECTION AND ACCEPTANCE Final acceptance shall be given only after the purchaser inspects or confirms the item meets contract specifications. Delivery of an item to a purchaser does not constitute acceptance for the purpose of payment. Inspection and acceptance will be at the purchaser’s destination unless otherwise previously agreed upon location was provided in the purchase order. Should the delivered items differ in any respect from the Base Item specifications, payment can be withheld until such time as the Vendor completes the necessary corrective action. 3.21 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. The Vendor shall be paid upon submission of invoices to the purchaser after satisfactory delivery and acceptance of the items. While the Local Government Prompt Payment 182 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 39 Act applies to ensure timely payment of Vendor invoices, the FSA CPP encourages purchasers to make payment within 30 days of acceptance of the item. The Local Government Prompt Payment Act is defined in Sections 218.70–218.79 of Florida Statutes. 3.22 WARRANTY All warranties shall begin at the time of delivery and final acceptance by the purchaser. The purchaser’s warranty should not be active for incomplete items and items delivered to a third-party supplier before final delivery. 3.23 QUARTERLY REPORTS Quarterly reports are the contractual responsibility of each Vendor. Quarterly reports must be completed and submitted electronically. All quarterly reports shall be sent to reports@flsheriffs.org. The quarterly report template shall be submitted using an Excel workbook provided by FSA CPP. Quarterly reports which do not adhere to the required format 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. Quarterly reports are due no later than the 15th day of the month following the end of the quarter. Quarterly reports shall follow the schedule below for the duration of the contract. If a contract extension is executed, the quarterly reports will maintain the same schedule for future reporting periods. Contract Year: October 1, 2022 – September 30, 2023 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: July 1 – September 30 Q4 Report Due: October 15 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 CPP 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 CPP will provide written notice to all Vendors of the method by which future quarterly reports are to be submitted. 3.24 ADMINISTRATIVE FEE The FSA CPP charges three quarters of one percent (.0075) to procure, process and administer the contract. The administrative fees are the contractual responsibility of each awarded Vendor. After receipt of payment from contract purchases, the Vendor shall remit all administrative fees to the FSA CPP no later than 15 calendar days after the end of each quarter. All fees payable to the FSA CPP during any given quarter will be accompanied and supported by a quarterly report. 183 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 40 The administrative fee will remain payable to FSA CPP 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 administrative fee should never be listed as a separate line item on any purchase order or invoice. The administrative fee is based on the total purchase order amount of new items. 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 ACH form for electronic payment or wiring of funds is included in Appendix C. It is the preference of FSA CPP that all payments be electronically paid and submitted. If ACH is not available, checks for the administrative fee can be sent to: Florida Sheriffs Association Cooperative Purchasing Program 2617 Mahan Drive Tallahassee, FL 32308 3.25 LIQUIDATED DAMAGES The Vendor warrants that the item supplied to the 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 to FSA CPP within 15 calendar days following the end of each quarter may 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 16th day following the end of the quarter. If a civil action is initiated by the FSA to recover administrative fees or liquidated damages as set forth in this section, the prevailing party shall be entitled to its reasonable attorneys’ fees and costs incurred in the litigation. The 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. Liquidated damages that remain unpaid beyond 45 calendar days can result in FSA CPP, 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 the Terms & Conditions. Schedule of Liquidated Damages Failure to submit quarterly report on time $25 per calendar day Failure to submit administrative fee on time $25 per calendar day Failure to report a Purchase Order to FSA CPP within 15 calendar days of the purchase order issue date $100 per Purchase Order Failure to Report Sales .0075 of the sales price plus 1.5% each month following the delivery date. 184 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 41 Vendor agrees and acknowledges that its failure to take any of the actions specified in the above schedule will result in liquidated damages to this contract. Vendor agrees and acknowledges that these liquidated damages are not intended to be and do not constitute a penalty 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. 185 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 42 Appendix A: Zone Map 186 FSA CONTRACT ZONE iVIAP \VESTERN WESfERN BAY CALHO DlXIE ESCAMBIA FRANKU GADSDEN GU LF HOLMES JACKSO. JEFFERSON lAFAYEITE LE-ON LIBERTY MAD ISON OKALOOSA SA, AROSA TAYLOR WALTO WAKULLA WASHINGTO, CENTRA L BREVARD CITRUS DESOl'O HARDEE HE ANDO HIGHLANDS HILLSBO ROUGH INDI AN RI VER LAKE MA ATEE OKEECHOBEE ORANGE OSCEOLA PASCO PINELLAS POLK ST. LUCIE SARASOTA SEMINOLE SUMTER V.10_2015 N ORTHER ALACHUA BAKE R BRADFORD CLAY COLUMB IA DUV AL FLAGLER GILCHRIST HAMILTON LEVY MARION NASSAU Pl.lTNAH ST JOHNS S VA E UNION VOLUSIA SOITT H ERN BROWARD CHAll.LOTrE COU..IER GLADES HENDRY LEE ,tARTIN MIAMI-DADE MONROE l'ALM BEACH RAL ORTHER FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 43 Appendix B. Bid Calendar FSA23-VEL31.0 Bid Calendar Task Date Invitation to Bid Announcement (ITB) 5/1/2023 & 5/15/2023 Voluntary Interested Bidder Workshop 6/13/2023 New Item Specification Requests Due 6/23/2023 Pre Bid Meeting 7/11/2023 Request for Clarifications Due to FSA 7/18/2023 FSA VendorLink Bidder Training 7/24/2023 Bid System Open 7/25/2023 Cone of Silence 7/25/2023 - 9/11/2023 Bid Submissions Due 8/30/2023 Public Bid Opening 9/1/2023 Bid Tabulations Posted 9/1/2023 Bid Evaluation 9/5/2023 - 9/8/2023 Intent To Award 9/11/2023 Final Award & Effective Date of New Contract 10/1/2023 FSA23-VEH21.0 Bid Calendar Task Date Invitation to Bid Announcement (ITB) 5/1/2023 & 5/15/2023 Voluntary Interested Bidder Workshop 6/14/2023 New Item Specification Requests Due 6/23/2023 Pre Bid Meeting 7/12/2023 Request for Clarifications Due to FSA 7/18/2023 FSA VendorLink Bidder Training 7/24/2023 Bid System Open 7/25/2023 Cone of Silence 7/25/2023 - 9/11/2023 Bid Submissions Due 8/30/2023 Public Bid Opening 9/1/2023 Bid Tabulations Posted 9/1/2023 Bid Evaluation 9/5/2023 - 9/8/2023 Intent To Award 9/11/2023 Final Award & Effective Date of New Contract 10/1/2023 187 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 44 FSA23-EQU21.0 Bid Calendar Task Date Invitation to Bid Announcement (ITB) 5/1/2023 & 5/15/2023 Voluntary Interested Bidder Workshop 6/7&8/2023 New Item Specification Requests Due 6/23/2023 Pre Bid Meeting 7/13/2023 Request for Clarifications Due to FSA 7/18/2023 FSA VendorLink Bidder Training 7/24/2023 Bid System Open 7/25/2023 Cone of Silence 7/25/2023 - 9/11/2023 Bid Submissions Due 8/30/2023 Public Bid Opening 9/1/2023 Bid Tabulations Posted 9/1/2023 Bid Evaluation 9/5/2023 - 9/8/2023 Intent To Award 9/11/2023 Final Award & Effective Date of New Contract 10/1/2023 188 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 45 Appendix C: ACH Payments 189 s TO : All C1.1s,t,cmer s af tt1e Florn"da shler iits Ass:ocia . i c 111 ~BJECT: IFl □r idla s he.riffs Assoc· tian is. going p ap erless ! Oum assacii:ltiom is p lease d to anoo1.1 n ce the implemen a,ti o:lil of accepting ,elect romic pavnn ents: f ronn rniStamer.s. If yo ur ;;;ge:1T1C',' a • com pa ny ~ .. i:f!'2 It .ti:!: pay via ACH , Jl Baese CO'Jlisid'e. a~irr g the Florida !ih eriiffs Asscoi ation t ,o y au r l istt of v emoor;s: pai d via, ,electronic pa v m en . Fla ida, she rim. Assoc istiom 's: Ba nki ng 1nform aticrJ11 is: as fo ll ows: Chec k ing Acc:owmt ca pilia l aity Billlilk Ro uf img Nu:m be r: 0 6:i 1.0 □5 aa: Ac:oo unt N 1.1 m'b er : 0 □10067 □0-1. P!e:as:e errna iJ an y paryn,em re mitta'.lll ce imfo rmait ion ta ac,DJU nt ing@ fts her iffs..org. If you c ho ose ta m ake ACt t pa v m em!ts t o t he as:s:oci,3!t iom , there, is n o ad di'.tiom al c ha rg,e. Hrn'll e'-i'er, thl e info rm ation a'b av e can be 1.1:;:ed o p ary w i hi a w ir,e ra rr!Sfe r. f yD'll cha-o.s e • o pa,y vis wini!, there is a ch a•r:ge of $25 per w ire thi!Jt ya Iii wiilll need to a~ to y-au r paym ent . If you hi ave an ';' ciu esnc rrs at al l, Jl ei!J:Se co n tart Trish El d:ridg.e .i1Jtteld'ri dge@ fts i'le riiff5 .mg. a • ca l l (8:50 ) 559'-'.5 66 &. Di r,ector af Acrnwrrtin:g .a;rnd Fi na rrc:i e Florida :s heriffs Assac ial!Ji c n FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 46 Appendix D: Federal Clauses Applicability of Third-Party Contract Provisions* (Excluding micro-purchases, except Davis-Bacon requirements apply to construction contracts exceeding $2,000.) In addition to other provisions negotiated with purchasers placing federally funded purchase orders, Vendors must comply with the following provisions upon award of a federally funded purchase order: PROVISION Professional Services/A&E Operations/ Management Construction Materials & Supplies Equal Employment Opportunity All Davis-Bacon Act >$2,000 Copeland “Anti-Kickback” Act >$2,000 Contract Work Hours and Safety Standards Act >$100,000 >$100,000 >$100,000 >$100,000 Rights to Inventions Made Under a Contract or Agreement If the purchase order involves performance of experimental, developmental or research work If the purchase order involves performance of experimental, developmental or research work If the purchase order involves performance of experimental, developmental or research work If the purchase order involves performance of experimental, developmental or research work Clean Air Act >$150,000 >$150,000 >$150,000 >$150,000 Federal Water Pollution Control Act >$150,000 >$150,000 >$150,000 >$150,000 Debarment and Suspension All All All All Byrd Anti-Lobbying Amendment >$100,000 >$100,000 >$100,000 >$100,000 Procurement of Recovered Materials All All All All Prohibition on Certain Telecommunications and Video Surveillance Services or Equipment All All All All Domestic Preferences for Procurements All All All All *References to the code of regulations (CFR) or United States Code (USC) were accurate at the time of publication. It is the responsibility of the Bidder to ensure compliance is met of the referenced state and federal laws within the published rules. EQUAL EMPLOYMENT OPPORTUNITY: Except as otherwise provided under 41 CFR Part 60, all contracts that meet the definition of “federally assisted construction contract” in 41 CFR Part 60 -1.3 must include the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, “Equal Employment Opportunity” (30 FR 12319, 12935, 3 CFR Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, “Amending Executive Order 11246 Relating to Equal Employment Opportunity,” and implementing regulations at 41 CFR part 60, “Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor.” The clause set forth in 41 CFR 60-1.4(b) is incorporated herein by reference. Vendor must comply with this clause and include this clause in all lower-tier federal assisted construction contracts. 190 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 47 DAVIS-BACON ACT, as amended (40 U.S.C. 3141-3148): When required by Federal program legislation, all prime construction contracts in excess of $2,000 awarded by non-Federal entities must include a provision for compliance with the Davis-Bacon Act (40 U.S.C. 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5, “Labor Standards Provisions Applicable to Contracts Covering Federally Finan ced and Assisted Construction”). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The non -Federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontr act must be conditioned upon the acceptance of the wage determination. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. The contracts must also include a provision for compliance with the Copeland “Ant i-Kickback” Act (40 U.S.C. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, “Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States”). The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. Vendors performing construction must comply with all applicable provisions of the Davis -Bacon Act and include this clause in all lower-tier subcontracts for construction. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (40 U.S.C., chapter 37): Vendor shall comply with Sections 102 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C., chapter 37), as supplemented by Department of Labor regulations (29 CFR part 5). (a) Overtime requirements. Neither Vendor nor any contractor or subcontractor contracting for any part of the purchase order work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to wor k in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (b) Violation; liability for unpaid wages; liquidated damages . In the event of any violation of the clause set forth in Paragraph 15(a), Vendor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, Vendor or such subcontractor shall be liable to the United States (in the case of work done under the Contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in Paragraph 15(a), in the sum of $29 for each calendar day on which such individual was required or permitted to work in excess of the standard workwee k of forty hours without payment of the overtime wages required by the clause set forth in Paragraph 15(a) of this section. (c) Withholding for unpaid wages and liquidated damages. Purchaser shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by Vendor or a subcontractor under the purchase order or any other Federal contract with Purchaser, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by Purchaser, such sums as may be determined to be necessary to satisfy any liabilities of Vendor or its subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in Paragraph (a). (d) Subcontracts. Vendor shall insert in any subcontracts over $100,000 for construction and other purposes that involve the employment of mechanics or laborers, the clauses set forth in Paragraphs (a) th rough (d) and also a clause requiring the subcontractors to include these clauses in any lower -tier subcontracts. RIGHTS TO INVENTIONS MADE UNDER A CONTRACT OR AGREEMENT: If the Federal award meets the definition of “funding agreement” under 37 CFR § 401.2 (a) and the recipient or subrecipient wishes to enter into a contract with 191 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 48 a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that “funding agreement,” the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, “Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements,” and any implem enting regulations issued by the awarding agency. Vendor shall comply with these requirements when performing a purchase order involving experimental, developmental or research work and flowdown this clause to lower -tier subcontractors performing such work. CLEAN AIR ACT (42 U.S.C. 7401 et seq.) and the FEDERAL WATER POLLUTION CONTROL ACT (33 U.S.C. 1251 et seq.), as amended: Vendor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401 et seq.) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251 et seq.). Violations shall be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). Vendor shall comply with the requirements of Clean Air Act and the Federal Water Pollution Control Act and include this clause in all lower-tier subcontracts with a value over $150,000. DEBARMENT AND SUSPENSION (E.O.s 12549 and 12689): By accepting or performing this purchase order, Vendor certifies that it is not identified in the Exclusions area of the System for Award Management as being currently debarred, suspended, proposed for debarment, or otherwise excluded (“SAM Exclusion”). Vendor shall obtain similar certifications from its lower-tier subcontractors for each subcontract in excess of $25,000 and Vendor shall not award lower-tier subcontracts in excess of $25,000 to an entity subject to a SAM Exclusion. LOBBYING RESTRICTIONS (31 U.S.C. 1352): By accepting or performing this purchase order, Vendor certifies that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congre ss, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Vendor shall also disclose to Purchaser any lobbying with non -Federal funds that takes place in connection with obtaining any Federal award or contract. Vendor shall flow down this clause and require this certification for lower-tier subcontractors with a subcontract of $100,000 or more. Vendor shall provide its disclosure and all disclosures received from lower -tier subcontractors to Purchaser. PROCUREMENT OF RECOVERED MATERIALS: A non-Federal entity that is a state agency or agency of a political subdivision of a state and its contractors must comply with section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. Vendor shall comply with this clause and include this clause in a ll lower-tier subcontracts. PROHIBITION ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT: (a) Recipients and subrecipients are prohibited from obligating or expending loan or grant funds to: (1) Procure or obtain; (2) Extend or renew a contract to procure or obtain; or (3) Enter into a contract (or extend or renew a contract) to procure or obtain equipment, services, or systems that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. As described in Public Law 115 - 232, section 889, covered telecommunications equipment is telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities). 192 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 49 (i) For the purpose of public safety, security of government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities). (ii) Telecommunications or video surveillance services provided by such entiti es or using such equipment. (iii) Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of the National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country. (b) In implementing the prohibition under Public Law 115 -232, section 889, subsection (f), paragraph (1), heads of executive agencies administering loan, grant, or subsidy programs shall prioritize available funding and technical support to assist affected businesses, institutions and organizations as is reasonably necessary for those affected entities to transition from covered communications equipment and services, to procure replacement equipment and services, and to ensure that communications service to users and customers is sustained. (c) See Public Law 115-232, section 889 for additional information. DOMESTIC PREFERENCES FOR PROCUREMENTS: (a) As appropriate and to the extent consistent with law, the non-Federal entity should, to the greatest extent practicable under a Federal award, provide a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States (including but not limited to iron, aluminum, steel, cement, and other manufactured products). Vendor agrees to comply with the requirements of this clause and include the requirements of this clause in all subawards including all contracts and purchase orders for work or products under this award. (b) For purposes of this section: (1) “Produced in the United States” means, for iron and steel products, that all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States. (2) “Manufactured products” means items and construction materials composed in whole or in part of non - ferrous metals such as aluminum; plastics and polymer -based products such as polyvinyl chloride pipe; aggregates such as concrete; glass, including optical fiber; and lumber. 193 ITEM 44 30,000 C&C OPTIONS PAGE SBL FREIGHTLINER FSA 23 -VEH21.0 ALL FACTORY OPTIONS INCLUDED A 10% MSRP DISCOUNT Price VENDER INSTALLED OPTIONS COST PLUS 10- 30% OPTION FREIGHTLINER M2 106 400-1AB 33,000 GVW PACK ALLISON 3500/3000 TRANS 620-002-420-009-622-1MG $12,200.00 400-1AB3535,000 GVW PACK ALLISON 3500/3000 TRANS 620-002-400-1AG-420-009-622-001-546-101 $13,400.00 101-22F EVS EMERGENCY PACK EVS ENGINE AND TRANS 400-1A6-620-002-420-009-622-1MG-546-101 $22,900.00 400-1A8 37,000 GVW PACKAGE ALLISON TRANS 101-21X-342-582-420-051-620-010-622-1MJ-546-101 $15,200.00 101-3BT 46,000 GVW PACKAGE ALLISON TRANS 342-582-400-1A9-620-026-420-024-622-1D8-546-102 $32,800.00 DIFF 452-001 DIFFENTIAL LOCK REAR AXLE $650.00 EXHAUST 016-1C2 VERTICAL EXAUST SYSTEM $690.00 TOW 019-006 TOW PACK $3,400.00 CREW 829-079 FACTORY CREW CAB $10,900.00 SUPER 829-075 SUPER CAB $6,490.00 STAND RH STANDUP DUAL DRIVE CONVERSION VENDER CALL FOR AVAILABILITY $47,000.00 DIUAL DUAL DRIVE CONVERSION VENDER CALL FOR AVAILABILITY $34,000.00 MUD MUDFLAPS IF NOT INCLUDED WITH BODY VENDER $890.00 EXT 549-093 8" FRONT FRAME EXT $540.00 SWAMP SWAMP LOADER REQUIRES 33,000 GVW $58,000.00 PB PB-BC4 REQUIRES 33,000 GVW $119,000.00 ALPHA LEACH ALPHA-111 REAR LOADER REQUIRES 46,000 GVW $129,000.00 SEAT1 AIR DRIVERS SEAT $190.00 SEAT2 AIR PASSENGER SEAT $190.00 2MAN 2 MAN PASSENGER SEAT $275.00 KIT SAFETY KIT FIRE EXTINGUISHER AND TRAINGLES VENDER $390.00 WB600 WB 545-600 168 CA $1,250.00 WB645 WB 545-645 185 CA $1,590.00 WB570 WB 545 -570 155 CA $830.00 WB480 WB 545-480 120 CA $690.00 FRAME FRAME 547-001 HD FRAME $850.00 300HP L9 101-3BN 300 HP $10,400.00 350HP L9 101-3BT 350 HP $11,900.00 250HP 6.7 101-21U 250 HP $2,890.00 260HP 6.7 101-21V 260 HP $3,900.00 280HP 6.7 101-21W 280 HP $4,900.00 300HP6L 6.7 101-21X 300 HP $5,800.00 5DUMP 5-7 YARD DUMP BODY, REQUIRES 33,000 GVW PCK AT ADDITIONAL COST VENDER $24,500.00 6DUMP 6-8 YARD DUMP BODY, REQUIRES 33,000 GVW PCK AT ADDITIONAL COST VENDER $26,500.00 GATE 2 Way Gate $4,900.00 STROBES 4 CORNER STROBES $2,450.00 VIB VIBRATOR $2,600.00 CAM, REAR BACKUP CAMERA $2,860.00 FDUMP 14FT,16FT CONTRACTORS DUMP BODY REQUIRES 33, 000 GVW PCK $32,800.00 COBRA NEW WAY COBRA 20 YD REAR LOADER REQUIRES 33,000 GVW PCK $96,000.00 GATE TWIN BARN DOOR IN LIEU OF DROP DOWN GATE $3,460.00 TOOL TOOL BOX FRAME MOUNTED $1,500.00 TOW TOW PACKAGE WITH AIR AND ELECTRIC WITH PINTLE HITCH $3,900.00 PAC20 PAC MAC 20 YD REAR LOADER $110,000.00 PAC PAC MAC KNUCKLE BOOM LOADER WITH 1824 BODY $104,900.00 PACTECK PAC TECK 20 YD HIGH COMPACTION REAR LOADER $149,000.00 TRASH18 18FT TRASH DUMP BODY STEEL SIDES REQUIRES 33,000 GVW PCK $34,900.00 TRASH22 22 FT35YD TRASH DUMP BODY WITH SIDES AND BARN DOORS REQUIRS 35,000 GVW PCK $44,900.00 TRASH24 24FT 31 YD TRASH DUMP BODY WITH SIDES AND BARN DOORS REQUIRES 35 ,000 GVW PCK $41,400.00 HAWGC BRUSH HAWG MODEL C WITH ALL OPTIONSLOADER AND BODY REQUIRES 33,000 GVW PCK $119,500.00 HAWGA BRUSH HAWG MODEL AWC, REQUIRES CREWCAB AND 35,000 GVW PCK AT ADDITIONAL COST $185,000.00 PET 1 PETERSON TL3 LOADER AND 1824 TRASH DUMP BODY REQUIRES 33,000 GVW PCK $113,900.00 PET 2 PETERSON TL3 LOADER AND 2030 TRASH DUMP BODY REQUIRES 35,000 GVW PCK $122,500.00 PET 3 PETERSON MECHANICAL JOY STICKS , PILOT JOY STICKS $8,450.00 $5,800.00 PET 4 PETERSON HDHI OUTRIGGER STROBES, OUTRIGGER PADS EACH $490 $980.00 PET 5 PETERSON HOSE GUARD, PI ELECTRIC TARP $3,900 BIG BITE GRAPPLE $3,230 $890.00 PET 6 PETERSON HEAT SHIELD, OPTON FOR DUAL LED STROBES ADD $1,250 $890.00 PET 7 PETERSON Pl LOAD COVER $3,650.00 PET 8 PETERSON SINGLE PIECE REAR DOOR $2,390.00 PET 9 PETERSON AMBER FLASHER IN REAR CORNER POST $1,450.00 PET 10 PETERSON REAR CAMERA. PEDESTAL HEAD AND VALVE BANK GUARDS $980 $2,850.00 PET 11 PETERSEN BIG BITE GRAPPLE , BODY LADDER $890 $3,460.00 PET 12 PETERSEN OUTRIGGER WARNING LIGHT AND AUDIBLE $1,450.00 PET 13 PETERSEN WORK LIGHTS $590 EACH SIDE, TOOL BOX $1,890 $590.00 PET 14 PETERSEN SMART LIGHT SYSTEM, BLIND SPOT CAMERA $2,450.00 $1,990.00 PET 15 PETERSEN RS3 MODEL REAR STEER, SINGLE JOY $8450 DUAL JOY $10,500, IFM CR1081 $4,900 $145,900.00 PET 16 PETERSEN ROUTE ASST LOADER AND 2030 HDX BODY REQUIRES 37,000 GVW $143,500.00 3RDEYE 3RD EYE CAMERA SYSTEM $6,900.00 PET 17 PETERSEN RS3 CAMERA FOR CR1081 $1,600.00 PET 18 PETERSEN RS3 BOOM CAMERA $1,500.00 EAM 1 EAM WT2000A GALLON WATER TANKER REQUIRES 33,000 GVW PCK AT ADDITIONAL COST $82,900.00 1 194 EAM 2 EAM SPRAY HEADS EACH UPGRADE B4Z PUMP ADD $1,900 $1,200.00 EAM 3 EAM AKRON WATER MONITOR AND JOYSTICK $12,600.00 EAM 4 EAM SELF LOAD SYSTEM $1,900.00 EAM 5 EAM TOOL BOX $1,800.00 EAM 6 EAM LED WORK LIGHTS $450.00 EAM 7 EAM STROBE BEACON $690.00 EAM 8 EAM MINI STROBES AROUND TRUCK EACH $350.00 EAM 9 EAM B4Z PUMP.$2,450.00 EAM 10 SS IN LIEU OF ALUM, PAINT TANK ONE COLOR ADD $5,900 $6,300.00 EAM 11 WHELEN TRAFFIC ADVISION 37 WHELEN TRAFFIC ARROW BOARD ADD $3400 $1,200.00 EAM12 EAM BACKUP CAMERA $1,400.00 EAM 13 EAM STANDARD HYDRAULIC DRIVE SYSTEM $8,400.00 EAM 14 EAM PRESSURE COMPENSATED HYDRAULIC DRIVE SYSTEM $22,400.00 EAM 15 ALUM HOSE TRAY PER SIDE EXTENED REAR SILL ADD$1200 $1,800.00 TIPPERS CART TIPPERS EACH $8,748.00 EAM 16 EAM VT2500 GALLON STEEL VACUUM TANK, REQUIRES 33,00 GVW PCK AT ADDITIONAL COST ALUM UPGRADE ADD $4,900, ADDITIONAL COMPARTMENT TO TANK FOR WATER ADD $3,900, LADDER ADD $450 PRESSURE WASHER/JETTER ADD $15,800, AMT 12V WASDOWN SYSTEM ADD $5,900, TOOL BOX ADD $1,900, LED WORK LIGHT ADD $450 EACH. BEACON STROBE ADD $690. MINI STROBES ADD $490 EACH. TRAFFIC ADVISOR 37 BAR ADD $1,900. WHELEN TRAFFIC ADVISOR ARROW BOARD ADD $3700. GO LIGHT WITH REMOTE ADD $1,900. BACKUP CAMERA ADD $2,500. ELECTRONICLEVE GAUGE ADD $3,750 $79,000.00 EAM 17 EAM 4" LOAD LINE, 4" WITH STANDPIPE AND DEFLECTOR ADD $1,950.$890.00 EAM 18 EAM36" REAR MANWAY $2,900.00 EAM 19 EAM TANK HOIST ASSEMBLY $26,000.00 EAM 20 EAM FULL OPEN REAR DOOR $14,500.00 EAM 21 EAM FRUITLAND 870 VACUUM PUMP 500 CFM $2,900.00 EAM 22 EAM NVE B500 BLOWER $2,900.00 EAM 23 EAM NVE 4310 BLOWER $16,000.00 TARP ELECTRIC TARP $3,900.00 CARD 1 CARDINAL CLASSIC 2500 FUEL TANKERGALLON LOADER CANOPY STYLE, REQUIRES 33 GVW $124,900.00 CARD 2 CARDINAL BUCKET BOX STYLE TANK IN PLACE OF CANOPY $13,500.00 CARD 3 CARDINAL ADDITIONAL COMPARTMENTS EACH $8,900.00 CARD 4 TOP AIR SAFETY RAILING $7,800.00 CARD 5 CARDINAL BOTTOM LOADING, VAPOR RECOVERY AND OVERFILL PROTECTION 1 COMPARMENT EACH ADDITIONAL ADD $1,200 LED WORKS LIGHT EACH ADD $490. 6" HOSE TUBE ADD $1600 ALUM HOSE TROUGH ADD $1,800. $7,400.00 CARD 6 SELF LOAD SYSTEM TO DRAW FUEL FROM OUTSIDE SOURCE FOR TWO COMPARTMENTS. EACH ADDITIONAL COMP ADD $5100. FILTER VESSEL ASSEMBLIES ADD $1,200. DRY BREAK ADAPTERS PER COMP ADD $250. PUMP REMOTE CONTROL ADD $2,800. GROUND REEL ADD $980. PICKUP TUBE AND HOLDER ADD $960. $21,600.00 2110 VACTOR 2110 PD SEWER CLEANER REQUIRES 46,000 GVW $384,000.00 CARD 6 CARDINAL- 2ND PUMPING SYSTEM. AOV VALVES ADD $940. 2" METER HIGH FLOW OFF LOADING ADD $600. HYD DRIVE SYSTEM SINGLE ADD $11000. HYD DRIVE SYSTEM FOR DUAL PUMPING ADD $12,500. $32,600.00 CARD 7 FOR 3000 GALLONS $4,000.00 CARD 8 REMOTE CONTROL SYSTEM , GROUND REEL ADD $700 $2,300.00 CARD 9 ADDITIONAL 300 GALLON CAPACITY $2.900.00 AMP AMPLIROLL 20,000 # HOOK LIFT REQUIRES 33,000 GVW, OPTION FOR PLASTIC FENDERS ADD $1,900, OPTION FOR 36-54 DUAL HOOK HEIGHT 36"-54" ADD $1,900, OPTION FOR A6.19LED REAR BUMPER FOR ALL HOOK LIFT LOADERS TO INCLUDED LED LIGHT PACK ADD $2,350.00 $54,900.00 MAN 1 MANITEX 1970C 19 TON CRANE WITH 20FT STEEL DECK, REQUIRES 33,000 GVW PCK.$189,500.00 VERSA VERSALIFT VST6000MHI MATERIAL HANDLER , DEDUCT $9,0000 FOR JIB OR Winch 33,000 GVW REQUIRED 11 FT UTILITY BODY $194,500.00 PTO PTO FOR AUTO TRANS DEALER IF NOT INCLUDED WITH BODY $2,700.00 NEX 1 NEXPRO COLOSSUS XL REQUIRES 35,000 GVW PACK $285,000.00 NEX 2 NEXPRO COLOSSUS WATER LINER BODY REQUIRES 33,000 GVW PACK $103,500.00 HEIL 1 HEIL PT-1000 20 YD REAR LOADER 33,000 GVW PCK ADD $8,900 FOR CART TIPPER ADD $7,900. AUTO LUBE ADD $8900 BRIGADE 360 CAMERA SYSTEM ADD $9,500. FIRE SUPPRESSION SYSTEM ADD $9,200 CUROTTO CAN ASSEMBLY ADD $45,000 $116,900.00 HEIL 2 HEIL PT 1100 29 YD WITH SAME OPTION AS PT-1000 $119,900.00 GAL 1 GALBREATH CONTAINER HANDLER, CH-8000R REQUIRES 33,000 GVW PCK $64,900.00 GAL 2 GALBREATH SLCH CONTAINER CARRIER $62,400.00 GAL 3 GALBREATH U3-OR-156 $66,500.00 STEL 1 STELLAR CCR CONTAINER DELIVERY $59,600.00 STEL2 STELLAR HOOK LIFT NXT 18,000LB $47,500.00 STEL 3 STELLAR HOOK LIFT 120-16-20 20,0000LB $67,900.00 EARS REEVING CYLINDER LATCH AND EARS $14,900.00 T 1 TEREX TL45 4X4 REQUIRES 33K GVW $297,000.00 T 2 TEREX TC 55 4X2 REQUIRES 33K GVW $192,900.00 T 3 TEREX TC 55 4X4 REQUIRES 33K GVW $194,500.00 t 4 TEREX C4047 4X2 REQUIRES 33K GVW $219,000.00 T 5 TEREX C4047 4X4 REQUIRES 33K GVW $239,000.00 PAL 1 PALFINGER M100L HYDRAULIC LOADER & 27 YD DUMPBODY, REQUIRES 33,000 GVW PCK BEAUROCK 27 YD DUMP BODY $186,900.00 2 195 HOOK 20K HOOK LIFT WITH TARP, REQUIRES 33,000 GVW PCK AT ADDITIONAL COST $55,600.00 VERSA2 VERSALIFT 65 FT WITH CHIPPER $149,500.00 HD 1 HD INDUSTRIES PRO PATCH TCM 425-80 DHER WITH OPTION REQUIRES 33,000 GVW PCK OPTION FOR ASPHAULT HEAT RISER ADD $1,950, DUAL AUGGERS ADD $4,900 ASPHAULT SPREADER DELIVERY ADD $7,900 SPOILS BINS 30" ADD $3,450 SPOILS BID FOR ELECTRIC ADD $4,900$109,400.00 1 HD INDUSTRIES PRO PATCH TCM 500-80 DHE WITH OPTION REQUIRES 33,000 GVW PCK OPTION FOR HYD DUMP SPOILS ADD $7,800, VIBRATOR COMPACTOR PLATE ADD $5,350, VIBRATOR ROLLER ADD $13,600 M, HYD REAR LIFT PLATFORM ADD $7,400, HYD REAR LIFT FOR ROLLER ADD $8,450, ELECTRIC HOIST ADD $2,950, PAVEMENT BREAKERS ADD $6,400, INSULATED TOP COVER ADD $2,950, TACK OIL HOSE REEL ADD $2,850, HYDRAULIC AIR COMPRESSOR ADD $7,600, 50 GALLON LP BOTTEL ADD $3400, ARROW BOAD ADD $5,800, STROBES ADD $1,450, SAND SPREADEER ASSEMBLY ADD $7,500. ASPHALT EDGER ADD $7,450, PTO ADD $5,900, ASPHAULT HEAT RISER PLATE ADD $2,900, DUAL AUGER CONVEYOR ADD $7,600, ASPHAULT SPREADER ADD $8,800, SPOILS BID 30" ADD $4,800, ELECTRIC HOIST ADD $2,900, PAVEMENT BREAKERS ADD $6,600, INSULATED TARP COVER ADD $2,900, TACK OIL HOSE REEL ADD $2,800, HYD AIR COMPRESSOR ADD $8,500, FOR ALL PRO PATCH MODELS $110,400.00 HD 2 HD INDUSTRIES PRO PATCH TCM 600-100 DHE WITH OPTIONS REQUIRES 33,000 GVW PCK.$111,495.00 HD 4 HD INDUSTRIES PRO PATCH TCD 300-40 DHE $98,400.00 MAN 1 MANITEX 1970C 19 TON CRANE WITH 20FT STEEL DECK, REQUIRES 33,000 GVW PCK.$209,500.00 MAN 2 MANITEX UNDER BODY TOOL BOX $2,950.00 MAN 3 MANITEX-24FT JIB $12,000.00 MAN 4 MANITEX- TWO PERSON BASKET $7,500.00 MAN 5 MANITEX-FRONT BUMPER OUTRIGGER $12,300.00 MAN 6 MANITEX-RADIO REMOTE $29,500.00 MAN 7 MANITEX-OUTRIGGER PADS EACH $950.00 3 196 1 197 1 198 1 199 1 200 201 Awarded Vendor AcdveonContracc s.leseontact ErnaH Qty Sta,e Phone Number ACF Standby Systems EQu1pment Cark)s Acetuno C.Ace1tuno@acfpower.com Tampa FL {4071450-5393 Alamo Group Texas UC Equipment b1ds@alamo-group.com Seguin TX {8301372-9637 All Roads Kenworth, LLC. Equipment Michael Crawford mcrawford@allroadstrucks com Dundalk MO {352) 427-5462 All Roads Kenworth, LLC. Heavy Trucks & Buses Michael Crawford mcrawford@allroadstrucks com Dundalk MO {352) 427•5462 All Traffic Solutions, Inc, Equipment contracts@alltrafficsoluttons.com State Colle1e PA {814) 237.9005 Pursuit, Adm1mstranve, AlhRator Alley Harley-Davidson & Other Vehicles Scott Otton stepheno@all1RatoraJleyharley com Sunrise Fl 954 7935167 Alta Construction EQu1pment Flonda, LLC Equipment K. G,ay k1111ay@altaequ1pfl com Tampa Fl {813) 391 8159 Amen-Recreanonal Snorts, LLC Enu10ment T, 8ond tbond@ars00wersports.com Okeechobee Fl {863) 467-0900 Pursuit, Administrative, Amenca Wild lLC & Other Veh cles Chris Warren chns@reconpowerb1kes.com Fort Wayne IN 888 4852589 ARI Phoenuc, Inc Eau1pment Tekla Goodwin tekfa•oodwm@an-hetra.com Lebanon OH {513) 229-3750 AssetWorks Inc formerly Trapeze Software Electric Vehicle Charging klhn Crane 112ba ,cilat@arn::twS2ck~ ,gm 1484)801-0317 ATMAX Equipment Co Equipment anneg@mowermax.com Tampa FL {8131634-1111 Bachrodt FT, LLC dba-Palmeno Ford of M1am1 Heavy Trucks & Buses Charlie Rodgers crodgers@palmettofordtrucks.com Miami FL 1305) 470-1334 Bachrodt FT. LLC dba Palmetto Ford of Miam1 Pursuit, Administrative, Ck.lrl1e Rod•ers crod11ers@patmettofordtrucks com MIamr .,___.......... FL 305 4701334 SBA PUMPS Equipment J.Boo,h 1booth@bbapumps.com North Charleston SC (843) 849-3676 Beck Chrysler Dodge Jeep EQu1pment contract,nfo@beckfleet.com palatka FL {386) 937.9394 Bhnk Network LLC• Electric Vehicle Chargmg Amy Oobnkova ad2b:c1kS2:it:a@b:llaki;;bace:mB ,2m Bozard Ford • Heavy Trucks & Buses Jeffrey Eason I ieason@bozard com St. Au1:ustine FL {9041436·6321 Bozard Ford Pursuit, Administrative. Jeffrey Eason 1eason@bozard com St. Augustine FL 904 4366321 Broyhill Equipment LLC Heavy Trucks & Buses Tammy Steemken account1ng@broyh1II com Dakota City NE {402) 987-3412 Bush Ho• LLC Eau1pment JII I II l@manufacturerssolutionsteam.com Selma Al {334) 874·2700 Carswell Distributing Company EQu1pmen, amoss@carswelld1st.com Winston-Salem NC {678) 951-5732 Certified lift Installation & Maintenance Corp Equipment PJSTEAN@LIFTNOW.COM Yorktown Heights NY {914) 424-3479 Chrysler Oodoe Jeep Ft Walton Beach Pursuit, Adm1n1strat1ve. Eric Jore e1ore@stcponeauto com Ft. Walton Beach FL 407 2345116 Clark Equipment Company Eau1pment Barry Hanson barry.hanson@doosan com West Farro NO {701) 241-8793 Container Systems & Equipment Co., Inc. Equ1pment WIiham Young byounR@conta1nersvs.com Daytona Beach FL {386) 253-5555 Container Systems & Equipment Co., Inc Heavy Trucks & Buses W1ll1am Young byoung@conta1nersys.com Daytona Beach FL {386) 253-SSSS Crimson Technology Products, LLC Equipment Stacia Certer scarter@cnmsontechnologyproducts.com Apopka FL 407494443S Cumberland lnternanonal Trucks of Florida Heavy Trucks & Buses Chuck Calhoun ccalhoun@dtte com Orlando FL (407) 849-6440 Deland Truck Center, Inc. Equipment Howard W1lhams howard@delandtruckcenter.com Deland FL (386) 734-8740 Deland Truck Center, Inc. Heavy Trucks & Buses Howard W1lhams howard@delandtruckcenter.com Deland FL {386) 734-8740 Oobbs fnu1pment, llC Equipment DaveWatsch dave.walsh@dobbsequ1pment.com Fort Myers FL (239) 334-3627 Duke Equipment, Inc Equipment SteveR@floridaforkhft.com Tampa Fl (813) 422-0462 Duval Ford LLC Heavy Trucks & Buses R,chard Tackett nchard tackett@duvalfleet.com Jacksonville Fl (904) 388·2144 Duval Ford LLC Pursuit, Admin1stranve, Richard Tackett richard.tackett@duvalfleet.com Jacksonville fl 904 3882144 EFE, INC Eau1pment cvauRhn@everRladesfarmequipment.com Weltin1:ton fl (561) 897·0693 Embankscape Equipment UC Equipment J. Korthals Jkorthals@rcmowersus.com Suamico WI (480) 848-8904 Emergency Vehicles. Inc (EVI) Fire & Rescue Vehicles, Lee Potter Is:;i:@i:v1 0 tilffi Energreen America Inc Equipment Larry Katzer larry katzer@energreenamerica.com Aiken SC {706) 724-4739 Env1ronment.1I Products Group, Inc Equipment chaase@myep1.com Apopka Fl 11407) 798-0004 ETA. l.l.C. Fire & Rescue Vehicles, Jerry M1chaluk lft!:)'.@:ftrll, grg ETA, l.l C Pursuit, Admin1stranve, Jerry Michaluk 1s:r!:Y@:s:irII, 2rg Altamonte Sprin1s FL 1407) 339-6737 Evervac Equipment Eau1pment Austen Everett Tampa FL 1352) 213-7675 Excellance, Inc Fire & Rescue Vehicles, Christina Biller tbm:tiaa@e11tfl!ao,e ,2m Federal Contracts Corp Equipment info@federalcontractscorp.com Tampa Fl 1813) 631-0000 Florida Coast Equipment, Inc EQuipmcnt J Moreno Jmoreno@nondacoasteq.com West Palm Beach Fl 1561) 209-2705 Fkmda Kenworth. LLC Heavy Trucks & Buses Matthew Peterson Matt.Peterson@csmtruck.com Orlando FL 1407) 864-7071 Florida Transportanon Systems, Inc Heavy Trucks & Buses Robert fnck rfnck@fts4buses.com Tampa FL (813) 980-0174 Ford Crestvtew Pursuit, Admin1stranve, Enc Jore eiore@steponeauto com Crestview Fl 407 2345116 Ford Motor Company dba Ford Pro Charging• Electric Vehicle Charging Gabe de Paz proposals@groups.ford.com Garber Chevrolet Buick GMC, Inc Pursuit, Adm1n1strat1ve, Rvan Davis I Rarberfleet@Rarberautomall com Green Cove Sprinu Fl 904 2642442 Garber Chrysler Ooda:e Truck, Inc Pursuit, Adm1mstrat1ve, Rvan Oav1s rdav1s@a:arberautomall.com Green Cove Springs fl 904 2642442 Garber Ford Inc Pursuit, Adm1mstrat1ve, Ryan Davis rdav1s@garberautomall.com Green Cove Springs Fl 904 2642442 GATORMOTO UTILITY VEHICLES ANO MORE LCC Fire & Rescue Vehicles. Brett Jackrcl tuat~[S:l@mgJgs:ls:i;;t[l!;;it:S:bH:IS:~ ,2m Genserve LLC EQuipment rspence@aenserve1nc.com Coral Springs Fl (954) 909-2851 Genset Services, Inc Equipment m~lmer@gensetservices.com Pompano Beach fl {954) 956-9252 Glade & Grove Supply Co LLC Equipment kenh@gladeandgrove com Belle Glade FL 1561) 996-3095 Gravois Aluminum Boats, LLC OBA Metal Shark 1 Fire & Rescue Vehicles. Dean Jones -p Great Southern EQu1pment (Company) Equipment rferwerda@RSeQu1pment.net Tampa FL 1813) 248-4971 Green Thumb Palm Beach Equipment 1mlller@greenthumbpalmbeach com West Palm Beach FL 1561) 333.2355 HD Hyundai lnfracore North Amer1ca LLC Equipment Randy Sheann randy.sheann@hh1-d1.com Suwanee GA 1678) 714-6660 Holland Pump Company EQuipment euRene@hollandpump.com West Palm Beach FL {561) 697·3333 Humdinger Equipment, Ltd Equipment chad@humdingerequipment.com Lubbock TX 1806) 771·9944 202 SBL Freig htl iner, LLC 2840 Center Port Circle Pompano Beach, Florida 33064 Florida Sheriff Assoc. Purchaser: SOUTH MIAMI CITY OF Date: 10/26/2023 Address: Phone: ---------------------- City : SOUTH MIAMI Attn: JOHN REESE Base Model FSA 23 VEH 21.0 ITEM 44 LOW BID option# BASE PRICE SOUTH option# 400-1AB 33 ,000 GVW option# PET 15 PETERSEN RS3 option# 250HP CUMMINS option# 7 YEAR CHASSIS WARRANTY option# 6 YEAR ENGINE WARANTY option# DIFF DIFF LOCK REAR AXLE option# MUD MUD FLAPS REAR Option# PET 17 CAMERA REQUIRES PET 18 option# PET 18 RS3 BOOM CAMERA option# PET 4 HOHi STROBES Price ------ Price 76,900 Price 12,200 Price 145,900 Price2,890 Price 1,600 Price2, 100 Price650 Price890 Price 1,600 Price 1,500 Price980 Option# ________________ Price _____ _ Option# INCLUDES TAG, BACKUP ALARM,AIR HORN Price ------option# INCLUDES ALL ITEM ON PRINTOUT Price ------ Option# ________________ Price _____ _ Option# ________________ Price _____ _ Option# ________________ Price _____ _ Option # ________________ Price _____ _ Option# ________________ Price _____ _ Option# ________________ Price _____ _ Total Price 247,210 -------------------