Loading...
Res No 169-23-16102RESOLUTION NO. 169-23-16102 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, APPROVING AND AUTHORIZING THE PURCHASE OF A 2025 FORD E-450 ECOLINE CUTAWAY BUS AND RELATED STARTRANS SENATORS II EQUIPMENT AND INSTALLATION SERVICES FROM DUVAL FORD, LLC PURSUANT TO BRADFORD COUNTY SHERIFF'S OFFICE CONTRACT NO. BCSO 22-27-1.0 IN AN AMOUNT NOT TO EXCEED $146,612.01; DECLARING THE EXISTING VEHICLE AS SURPLUS PROPERTY AND AUTHORIZING THE CITY MANAGER TO SELL OR OTHERWISE DISPOSE OF THE SAME IN ACCORDANCE WITH SECTION 2-4.7 OF THE CITY CODE; PROVIDING FOR IMPLEMENTATION, CORRECTIONS, AND AN EFFECTIVE DATE. WHEREAS, the City of South Miami (the "City") desires to replace the City's cun-ent 2007 Ford E450 with VIN No. 1FTYRIOU0WUB55084 (the "Current Vehicle'') as it has become unreliable and inadequate for the City's Active Adult Division senior citizen transportation services; and WHEREAS, specifically, the City desires to replace the Current Vehicle with a 2025 Ford E-450 Ecoline Cutaway Bus (the "New Vehicle'') together with Startrans Senator II Bus Standard Equipment and related installation seivices, which includes, among other things, the Ford E-340 chassis, 16 passenger seats, 2 wheelchair seats, and wheelchair accessibility equipment (the "Equipment") for the New Vehicle; 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 purchase of the New Vehicle and the Equipment (collectively, the "Vehicle Purchase") contemplated by the City has been competitively bid by the Bradford County Sheriff's Office, which has entered into Contract #BCSO 22-27-1.0 ("BCSO Contract") with Duval Ford, LLC (the "Duval Ford"); and WHEREAS, Duval Ford provided the City with the quote attached hereto as Exhibit "A" (the "Quote") for the Vehicle Purchase in the amount of $146,612.01 pursuant to the BCSO Contract; and WHEREAS, the City Commission desires to approve and authorize the Vehicle Purchase from Duval Ford in an amount not to exceed $146,612.01, consistent with the Quote attached hereto as Exhibit "A" and the terms, conditions, and pricing of the BCSO Contract; and Page 1 of3 Res. No. 169-23-16 l 02 WHEREAS, the Vehicle Purchase shall be charged to Parks Vehicle Account No. 301- 2000-572-6440, which has a current balance of $200,000; and WHEREAS, the City Commission finds that the Current Vehicle is obsolete and no longer economical or efficient to keep, and, in light of the purchase authorized by 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 otherwise disposed of by the City Manager as provided in Section 2-4. 7; and WHEREAS, the City Commission finds that this Resolution is in the best interest and welfare of the City. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AS FOLLOWS: Section 1. Recitals. The above-stated recitals are true and correct and are incorporated herein by this reference. Section 2. Approval of Vehicle Purchase. The City Commission hereby approves the Vehicle Purchase from Duval Ford in an amount not to exceed $146,612.01, consistent with the Quote attached hereto as Exhibit "A" and the terms, conditions, and pricing of the BCSO Contract, subject to a purchase order acceptable in form and substance to the City Manager and City Attorney. The City Manager is hereby authorized to charge the Vehicle Purchase to Parks Vehicle Account No. 301-2000-572-6440, which has a current balance of$200,000. Section 3. Declaration of Surplus Property. The City Commission finds that the Current Vehicle 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. The the City Commission declares the Current Vehicle surplus personal property to be sold or otheiwise disposed of by the City Manager as provided in Section 2-4. 7 of the Code. Section 4. Implementation. That the City Manager is hereby authorized to take any and all actions necessary to implement this Resolution. Section 5. Corrections. Conforming language or technical scrivener-type con·ections may be made by the City Attomey for any conforming amendments to be incorporated into the final resolution for signature. Section 6. adoption. Effective Date. This Resolution shall become effective immediately upon PASSED AND ADOPTED this 19th day of December, 2023. Pagel of3 Res. No. 169-23-16102 ATTEST: CIT~ READ AND APPROVED AS TO FORM, LANGUAGE, LEGALITY AND EXECUTION THEREOF SEROTA---HFMAN COLE & BIERMAN, P.L. CITY ATTORNEY APPROVED: COMMISSION VOTE: Mayor Fernandez: Vice Mayor Bonich: Co mmi ssioner Calle: Commissioner Liebman: Commi ss ioner Corey: Page 3 of3 5-0 Yea Yea Yea Yea Yea Agenda Item No:4. City Commission Agenda Item Report Meeting Date: December 19, 2023 Submitted by: Quentin Pough Submitting Department: Parks & Recreation 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 2025 FORD E-450 ECOLINE CUTAWAY BUS AND RELATED STARTRANS SENATOR SII EQUIPMENT AND INSTALLATION SERVICES FROM DUVAL FORD, LLC PURSUANT TO BRADFORD COUNTY SHERIFF’S OFFICE CONTRACT NO. BCSO 22-27-1.0 IN AN AMOUNT NOT TO EXCEED $146,612.01; DECLARING THE EXISTING VEHICLE AS SURPLUS PROPERTY AND AUTHORIZING THE CITY MANAGER TO SELL OR OTHERWISE DISPOSE OF THE SAME IN ACCORDANCE WITH SECTION 2-4.7 OF THE CITY CODE; PROVIDING FOR IMPLEMENTATION, CORRECTIONS, AND AN EFFECTIVE DATE. 3/5 (CITY MANAGER-PARKS & RECREATION DEPT.) Suggested Action: Attachments: Memo-Senior_Bus.docx 47U1133-Resolution Approving 2025 Ford E-450 Ecoline Cutaway Bus Purchase - Duval Ford - BCSO Contract.docx Exhibit A - Duval Ford Quote.pdf v2Bradford County Vehicle-Contract-22-27-1.0-Duval-Ford.pdf Sun Biz - Duval Ford.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:Tuesday, December 19, 2023 SUBJECT:Purchase a 2025 Ford E-450 Econoline Cutaway Bus ($146,612.01) RECOMMENDATION:Approval of the purchase of a 2025 Ford E-450 Econoline Cutaway Bus in the amount of $146,612.01 to provide safe and reliable transportation services for active adults during organized programs and trips. BACKGROUND:The City desires to piggyback on the Bradford County Sheriffs Contract #BCSO 22-27-1.0 to procure a 2025 Ford E-450 Econoline Cutaway Bus under the terms and conditions as set forth in the solicitation agreement between the Bradford County Sheriffs Contract and Duval Ford. The current bus is a 2007 Ford E450,VIN#1FTYR10U0WUB55084, that has 18,982 miles.Said vehicle has become unreliable and inadequate for the City’s Active Adults Division. Some of the issues include a bad alternator, roof leaks, automatic transmission problems, and internal leaking from the A/C. Other problems include an inoperable handicap hydraulic lift, faded and torn seats, chipped exterior paint, and damaged doors and locks. It is estimated that the current vehicle will cost roughly $35,000 to 40,000 to be fully restored.The current vehicle will be sold or otherwise dispose of in accordance with Section 2-4.7 of the City code upon delivery of the proposed vehicle. The proposed bus is a replacement vehicle to transport senior citizens to organized programs and trips.The new bus is equipped with a wheelchair lift and seating for sixteen (16) passengers. Providing safe and reliable bus transportation for active adults increases the likelihood of senior participation in programs and activities, enhances social interaction,and contributes to a positive community image for the City. The department currently utilizes the bus to conduct weekly grocery trips, group outings at City events,and field trips. AMOUNT:Amount not to exceed $146,612.01 2 CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM The total expenditure in the amount of $146,612.01 shall be charged to the Parks Vehicle account number 301-2000-572-6440, which has a current balance of $200,000. ATTACHMENTS:Resolution Exhibit A - Proposal Bradford County Sheriffs Contract Sun Biz - Duval Ford 3 Exhibit A Proposal – Duval Ford 2025 Ford E- 450 Econoline Cutaway 7 8Duval Ford BAMBIOARR (Work) 904-381-6599 Bambi.Darr@duvalmotor.com 5203 Waterside Or Jacksonville, FL 32210 8/22/ Pricing through Bradford County Sheriffs Contract BCSO 22-27-1.0. Please note any items in red as they may require additional customer information or clarification. When submitting purchase order, please note billing address, delivery address, and any tilling instructions. Thank you! EQUIPMENT GROUP 7.3L GAS ENGINE 6-SPEEO AUTOMATIC TRANSMISSION DUAL BATTERIES 14500# GVWR VINYL FLOOR POWER WINDOWS & DOOR LOCKS MIRRORS: Manual Telesco in Trailer Tow Mirrors with Power-ad·ust flat lens. FRONT CHROME BUMPER/ GRILLE 1.65% for Account reflected in Base vehicle Price $ 2,324.00 $ OMMERCIAL 16-PASSENGER $ 89,552.00 $ H BRAUN LIFT SEE ATTACHMENT FOR BREAKDOWN $ $ ,· $ ca abilit , installed at u fitter $ 110.00 $ $ 155.00 $ $ Total Labor Hours for installation of arts $ $ Frei ht on Parts $ $ SHIP THROUGH TO MATTHEW BUSES TO INCLUDE MSO, CERTIFICATION & POI $ 625.00 $ Destination & Fuel to end user zi code calculated from 32210 to EU zi Code $ 2.00 $ NEW CITY TAG $ 173.00 $ 5-YEAR 75,000 MILE EXTRA CARE WARRANTY WITH $0 DEDUCTABLE $ 1,255.00 $ TOTAL QUANTITY 1 TOTAL PURCHASE $ 146,612 01 bus 16 8/22/23 SOUTH MIAMI 8US.xlsx 9;------------:'._===ti 15:ID ,,. u. :, ' ' '-------------------------·.;-,. 201~ -3,-9 (TYP) I..! I ~C]'"--~ i i 1":--=-= &--r-t---1 I ;. i ~ ~j I \ID~~~~~ i 96 i ~ :~ ~ r-r----,-,--~~ i \ i ) ,..fl+=-R-t--r-Ji I ij11---1~ II I l) 111 I I ~-----A,::J· L-t.--·--1 I <t. <t. -5--471 I -31-s-I I (TYP) i i i 34!-176 305! DEALER APPROVAL NOTE: SHO~ WITH MIO HI rRCEOMAN 5E,\f$ SENAT0Rllf-'!,01~.$00G~ D APPROVED THISFLOORPLANtS FORILlUSTAATION~ESON..Y. AWEIGMT ANAI.VSIS 1-iA.S NOT YET REEN l>l:RfORlM:D Ftw. APPROVAL 'MTHA WEICHT ANAI_YSISISREOUIREOUPOtlRECEIPT OF'A i11111l11111111111i11111i COMPlETEO ORDER 'MTH ALL QPTIONS SHOWN SCALE oPT~L E:OIAPTU!:NT MAY BC SHOWN IN INCHES CUSTOMER SIGNATURE Tl-IE SALES ~ER PLACED DICTATES ACTUAL OPTlON CONTENT. Tl-9$ OllA\ll'J'IG ANO THC N~ORP,U,TJON T"'[l![O. 11AC TM!: T0ttiw<,:1,•,un ~•.....,,,,,ttl'-•~.MC C•nUSM:PROPC"T'IO,STNITIW'ISIUS AOMSIONO, ~~r~~i~lf~~r:0 .. WOOD on,o o .. u OUIIJ11mlL 11: wt ~"'5$CNCClt : ,nr l:1116· IW-l::.IPC ~'Sl"-"lORI WORKUNO(ll~:IIACIV.t!H ~Pll~!,!,l.$,IITT(D I01>TAA.~SIIV:>llOIVl::,IOIH)rfQ11(Sllffi/£1t "/"v OCS(RP~~C><N!Gf " ,~ o,.,l rcN...., : 1· l;1r,,· owr,,., 16?WC\1619(µ7USA " x .,; ::, ., ~ <( ~ :c .... ::, 0 "' g 'ca' ~ .. .B 10□ atit,ff,~ I I I I I ' I -c.. """""== ~m1m~~ Orlando Office I 4802 West Colonial Drive Orlando, Fl 32808 Office 800-330-1175 / Cell 407-883-9580 I www.matthewsbusescommercial.com Duval Fleet 8/22/2023 Quote #MG82223-0 5203 Waterside Drive Jacksonville, Florida 32210 Bambi Darr I (904) 381-6596 PROPOSED VEHICLE: STARTRANS SENATOR Sil BUS STANDARD EQUIPMENT LISTEN BELOW Galvanized Steel Exterior Vacuum Laminated Sidewalls White / Light Gray FRP Interior Gerfloor Transit Grade Flooring Door Activated Stepwell Lighting Sound Abating Fabric Headliner Curbside Modesty Panel Barrier High Back Recliner Drivers Seat FMVSS Certified Integrally Welded Steel Bus Body Structure Alumlnized Steel Cage Structure Ven table 36" X 36" Transit T-Slide Windows One Piece Seamless FRP Roof Panel 93" Interior width, 80" interior height (75" with Raised Floor) Undercoated and sealed subfloor 5/8" CD Exterior Grade Plywood Flooring with sealed edges Insulated Roof and Exterior walls Infinite Track Seating to allow Seat Spacing Modifications 11" Ground to First Step Height Printed Circuit Board LED Light Modular Electrical System 9.5" Risers, 11" Deep Step Treads Dash Mounted Electrical Panel w / Backlit Transit Grade Switches Chrome Front Bumper and Grille LED Tall Lights, Center Brake Light, F&R Overhead Clearance Lights Dash HVAC / AC & Heating System THE PROPOSED VEHICLE OFFERS A CAPACITY OF 16 PASSENGER & 2WC SEATS PLUS THE DRIVER QTY DESCRIPTION 1 Ford E-450 Chassis Ford E-450 / 14,500 GVWR Chassis, 6.8L Gasoline Engine, 6 Speed Automatic Transmission, 225 Ampere Alternator, Dual Batteries, Dash HVAC, Chrome Bumper, F&R Disc Brakes. 1 Senator Sil 25 Startrans Senator SIi Bus with Standard Equipment listed above I 305" Overall Length 1 INDUSTRY EXCLUSIVE 5 YEAR OR 100,000 MILE WARRANTY ON THE COMPLETE BUS BODY 1 INTEGRALLY WELDED ALUMINIZED STEEL CAGE STRUCTURE MEETING ALL APPLICABLE FMVSS REGULATIONS 1 7 YEAR/ 200,000 MILE ALTOONA TESTED, FORD QVM COMPLIANT, ISO CERTIFIED, BUY AMERICA COMPLIANT 1 RE-ROUTE EXHAUST TO DRIVERS SIDE OF BUS EXITING FORWARD OF THE REAR BUMPER 1 DRIVERS ENTRY ASSIST RUNNING BOARD CONSTRUCTED OF BLACK EXTRUDED ALUMINUM 1 FRONT RUBBER MUD FLAP/ PASS SIDES/ REAR MUDFLAPS ARE STANDARD 1 BATTERY BOX FOR AUXILIARY BATTERY/ SKIRT MOUNTED/ WITH SLIDING TRAY 1 STAINLESS STEEL DECORATIVE WHEEL INSERTS/ ALL WHEELS 1 MOR RYDE SUSPENSION SYSTEM/ REAR OF BUS RIDE ENHANCEMENT UPGRADE 1 VALVE STEM EXTENDERS DUAL REAR WHEELS 1 ROSCO TRANSIT GRADE BREAKAWAY REARVIEW EXTERIOR MIRRORS WITH INTEGRAL LOWER CONVEX 1 INTERIOR REARVIEW MIRROR/ 6" X 9" CONVEX MIRROR MOUNTED OVER DRIVER 1 RAISED FLAT FLOOR/ ELIMINATES WHEELHOUSES/ REQUIRES AN ADDITIONAL STEP AT ENTRY/ 75" HEADROOM 1 STANDEE LINE/ WHITE FLUSH MOUNTED LINE AT FORWARD EDGE OF PASSENGER COMPARTMENT 1 GERFLOOR SIRIUS TRANSIT FLOORING/ GRAPHITE BLACK WITH HOT WELDED SEAMS/ SMOOTH THROUGHOUT 1 HEADLINER/ GRAY SEA SPRAY CLOTH WITH GRAY FRP WALLS, GRAY VINYL TRIM, AND GRAY VINYL CABLINER 1 ELECTRICALLY CONTROLLED PASSENGER ENTRANCE DOOR I 32" WIDE CLEAR OPENING X 80" HIGH 1 EXTERNAL KEY SWITCH ACCESS FOR ELECTRICALLY OPERATED ENTRY DOOR 1 REAR DOOR WITH UPPER WINDOW AND DOOR AJAR BUZZER / 36" WIDE X 60" HIGH / GAS SHOCKS 1 HEATER/ 35,000 BTU CAPACITY HEATER IN PASSENGER COMPARTMENT/ FLOOR MOUNT Page 1 of 2 111 AIR CONDITIONING / 90,000 BTU CAPACITY AC IN PASSENGER COMPARTMENT (DUAL COMPRESSOR) 1 ELECTRIC WATER SHUT OFF VALVES FOR REAR HEAT 1 INTERMOTIVE WHEELCHAIR SAFETY INTERLOCK AND ENGINE IDLER/ PROHIBITS VEHICLE MOTION FOR LIFT OPERATION 1 WHEELCHAIR ACCESS DOOR I DUAL PANEL WITH WINDOWS, AJAR BUZZER, AND ADDITIONAL CURBSIDE LEAF SPRING 1 BRAUN NCL919FIBHB-2 / ADA AND FMVSS COMPLIANT WHEELCHAIR LIFT WITH 34" X 54" PLATFORM 1000LB 1 BRAUN LIFT PLATFORM SAFETY BELT TRANSVERSING YELLOW PLATFORM HANDRAILS 2 Q'STRAINT QRT MAX SYSTEM WITH SLIDE-N-CLICK ATTACHMENT/ Q-8100-A1-SC WITH RETRACTABLE SHOULDER BELT 2 Q'STRAINT STORAGE POUCH/ WALL MOUNTED ADJACENT TO THE WHEELCHAIR POSITION 1 FORD OEM DRIVERS HIGH BACK SEAT 8 MID BACK DOUBLE PASSENGER SEAT/ FREEDMAN SEATING/ TWO PASSENGER SEAT 16 SEATBELTS / USR AMSAFE / UNDER SEAT RETRACTABLE PASSENGER SEATBELTS 8 US ARMRESTS AT AISLE POSITIONS/ MOLDED RUBBER FOLDING ARMREST 8 GRAB HANDLE/ MOLDED RUBBER SEAT TOP GRAB HANDLE AT EACH AISLE POSITION 16 UPGRADE TO LEVEL# 4 PASSENGER SEAT UPHOLSTERY 1 FORD OEM AUDIO/ AM/FM/BT/CLOCK RADIO WITH 4 SPEAKERS IN PASSENGER COMPARTMENT 1 STORAGE AREA ABOVE WINDSHIELD WITH LATCHING HINGED COVER AND CARPETED INTERIOR 1 DRIVERS MODESTY PANEL SECURED TO STAINLESS STEEL STANCHION POLES 1 SAFETY EQUIPMENT/ BACKUP ALARM, 16 UNIT FIRST AID KIT, 5# FIRE EXTINGUISHER, AND TRIANGLE REFLECTORS 1 BACKUP CAMERA SYSTEM INTEGRATED INTO REARVIEW MIRROR -MONITOR 1 GRABRAILS / DUAL ANGLED STAINLESS STEEL GRABRAILS BOTH SIDES OF ENTRY STEPWELL 1 FLEXTECH /MULTIPLEX ELECTRICAL SYSTEM WITH SAFETY SUITE (ENTRY DOOR, LIGHTS, AND SPEED INTERFACE) 1 LIGHTING CONTROL/ INTERIOR LIGHTS TO ILLUMINATE WHEN ENTRANCE DOOR OPENS 1 LED INTERIOR LIGHTS/ BROAD SPECTRUM LED LIGHTING WITH DRIVER MASTER CONTROL 1 LED DRIVER LIGHT/ BROAD SPECTRUM LED LIGHT OVER DRIVER WITH DASH SWITCH AND DOOR ACTIVATION 1 LED STEPWELL LIGHT ACTIVATED BY DOOR OPENING / LED LICENSE PLATE LIGHT 1 LED TAIL LIGHTS/ RED MARKER & BRAKE, AMBER TURN SIGNALS, CLEAR BACKUP/ ALL RUBBER GROMMET MOUNTED 1 LED CLEARANCE AND MARKER LIGHTS/ 5 AMBER ON FRONT AND 7 RED AT REAR (RECESSED FOR PROTECTION) 1 LED MID BODY MOUNTED MARKER AND TURN SIGNALS WITH ARMOR GUARD 1 LIGHT -EXTERIOR HOODED AND INTERIOR COURTESY LIGHT AT ENTRANCE DOOR (ADA REQUIRED) 1 BRIGHT WHITE EXTERIOR TO ENHANCE GRAPHICS CONTRAST (MATCHING CHASSIS CAB INCLUDING DOOR JAMBS) WE ARE PLEASE TO QUOTE EXCLUSIVE OF APPLICABLE TAXES AND DELIVERED TO YOUR FACILITY $89,552 Quoted by Mark Griffiths/ Commercial Sales Florida / mgriffiths@matthewsbusescommercial.com All factory concessions have been calculated into this proposal and may require endorsement at the time of delivery. Delivery is anticipated within 4 months of receipt orthe chassis. This proposal is valid for 30 days. Thank You for this opportunity!! Page 2 of 2 12~ Gordon Smit/I., lierij] 09/12/2022 To whom it may concern, The Bradford Counly Shedfrs Office received sealed bids after posting the Reqt1est for Proposal in d1e Bradford County Telegraph and on our website. On 09/06/22, in the lobby of the Sheriff's Office@ 10:00 am the following bids were received. 1) Bozard Ford 2) Duval Ford 3) Duval Chevrolet Following a Command Staff revlevv of the proposal , the fol lowing conu·acts were awarded based on the evaluation table described in lhe Rt;quest for Proposal. Ford vehicles; Primary ConLract Awarded to Duval Ford Alternate Awarded to Bozard Ford Chevrolet vehicles: Prima1y Contract Awarded to Duval Chevrolet Alternate-No Bid Other manufacturer : No Bid Information regarding the Contract (BCSO 22,27-1.0) and the Proposals will be listed on otll' website (bradfordsheriff.org) ltnder the Finance section. For any q1.1estions or concerns please contnct me dul'ing regular business hours. Thanl s, t· I u~ Ma]~ L. Konkel Jr. Chief of Operations Bi-adford County Sileriff's Office 945-8 North Temple Ave. Starke, Fl. 32091 Office (904)966-6306 13EFFECTIVE: TERM: ATTACHMENTS: BRADFORD COUNTY SHERIFF'S OFFICE Gordon Smith Sheriff September 12, 2022 Sheriff Gordon Smith 945-B No1th Temple Avenue Starke, FL 32091 FIVE (5) Years with Option to Extend/Renew A. B. SPECIFICATIONS PRICING AND DISCOUNTS ----TERMS,AND CONDITIONS• --:-: This AGREEMENT is established by and between Duval Ford, (hereinafter referred to as "VENDOR") whose address is 1616 Cassat Avenue (Jacksonville, Fl.) and any duly authorized appointee of the Bradford County Sheriffs Office, an independent constitutional officer with administrative offices at 945B N TEMPLE AVE; STARKE, Florida (hereinafter refenedto as "SHERJFF") (collectively hereinafter referred to as "PARTIES"). WHEREAS; VENDOR wishes to enter into a contractual relationship with SHERIFF for the provision of goods or services; WHEREAS; V NDOR agrees to provide goods and services to SHERIFF, as he may request from time to time, based upon all terms and conditions contained in official Purchase Orders referencing this AGREEMENT which are incorporated herein; and WHEREAS; SHERIFF requires all VENDORS to agree with and comply with, the terms and conditions of this AGREEMENT as detailed herein. NOW THEREFORE, as a condition precedent to entering into a contractual relationship with the SHERIFF; the VENDOR agrees as follows: A. GENERAL VENDOR understands that this is not an exclusive contract with SHERIFF for the provision of goods and services. SHERIFF may utilize other vendors without penalty or cost to SHERIFF. The PARTIES agree that to the extent VENDOR's Contract/[nvoice, or any subsequent contract, I 14Sheriff Gordon Smith 945~B North Temple A venue Starke, FL 32091 invoice, or addendum, contains any terms or conditions which are in conflict with or require an.y action that conflicts with the terms contained in this AGREEMENT, the terms of this AGREEMENT shall control~ t·egardless of the orde1· of execution of these documents. The VENDOR shall not change the terms and conditions cof1tained herein unless such change is in writing and executed by the PARTIES. Failure to deliver or ~o comply with any of the terms and conditions of this AGREEMENT may disqttalify VENDOR from receiving future orders. B. QUALITY All materials or se.l'vices fi.ttnished by VENDOR must be as specified, and subject to inspection and appi-oval by SHERIFF within a reasonable time after delivery at destination. Variations in n1aterials or services from those specified in this order must not be made without written authorization from SHERIFF. Materials rejecled will be retul'11ed at the V NDOR's risk and expense. C. QUANTITY/PRICE The quantity of materials ordel'ed, or the prices specified, must not be exceeded without written authorization being (jrst obtained from SHERIFF. Prices quoted will include a discount off MSRP and/ or the percentage markup over vendor cost as contained in the vendor bid document. Discounts off manufacturer's price lists will be reflected on quotes per vendor's bid submission and wlll be extended to manufacturer and dealer installed options. Quotes must follow the outline set fo1th in the quote template section "m" contained in the bid arn1otU1ce111ent, te1ms and conditio11S. [ see attachments) D. INDEMNITY AND IN URANCE SHERIFF agrees to be responsible for the acts or omissions of his employees to the extent pennitt d under Florida law. Nothing herein shall operate as a waiver of SHER!FF'S sovereign immunity. SHERIFF does not agree to indemnify or hold harmless VENDOR. There are no intended third-party beneficiaties arising out of or in any way connected to this AGREEMENT, and noth.ing herein shall be construed to grant any person, firm, or other entity which is not a signatory to this AGREEMENT, ny rights, benefits, or privileges to rely on or demand performa11ce of any pi-ovision of th.is AGREEMENT. VENDOR further agrees to provideworkers' compensation coverage for alJ of VENDOR'S employees, and to maintain such generaland auto liability insurance as is deemed necessary by SHERI· f for the circumstances and operations of VENDOR. VENDOR further" agrees to provide SHERIFF with Certificates of Insurance indicating the amount of coverage in force upon request. E. PACKING Packages must be plainly marked with sl1ipper's name and Purchase Order numbe1·. Charges are not allowed for boxing or crating unless previous.ly agreed upon in writing. F. DELIVERY All materials must be shipped F.O.B. Destination. SHERIFF will not p&y freight or express charges. If a specific purchase is negotiated on the basis off.O.B. shipping point, VENDOR lS TO PRBPA Y SHIPPING CHARGES AND ADD TO INVOICE. 2 15Sheriff Gordon Smith 945-8 North Temple A venue Starke, FL 3209 l Upon receipt of a Purchase Order tmder this AGREEMENT, the VENDOR shall contact the SHERIFF ta confirm the order and a mutually agreeable delivery date. Deliveries shall be made between 8:30 A.M. and 4:30 P.M. Monday through f-riday except for holidays, unless otherwise stated. G. MA TERlAL SAFETY DATA SHEET VENDOR agrees to furnish SHERIFF with a current Material Safety Data Sheet (MSDS) on or before delivery as required by Florida Statute. H. OSHA REQUIREMENT VENDOR hereby guarantees SHERIFF that all materials, Sltpplies and equipment as llsted on the purchase order meet the requirements, specifications and standards as provided for under the Federal Occupations Safety and Health Act of 1970, as from time to time amended and in force atthe date hereof. I. PUBLIC ENTITY CRIMES Pursuant to Section 287.133 (2) Florida Statutes, a person or affiliate who has been placed on tl1e convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide arw goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real propeily to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not tl'ansact business with any public entity in excess of the tlu·esl101d amount provided in Section 287.017, for CATEGORY TWO ($25,000) for a period of 36 months following the date of being placed on the convicted vendor list.· VENDOR hereby swears or affirms that it isn't currently on any such list or otherwise been suspended or barred from providing services or products by any local, state of federal regulatory or govemmental entity. J. PROMPT PAYMENT ACT Contained below are provisions of Chapter 218, Florida Statutes, which regulates payments made by local governmental entities for non-construction services or goods. As an Independent Elected Constitutional Office, SHERIPF is bound by the provisions of this Chapter and all G0ntracls entered into between SHERIFF and private vendors ai•e governed by its terms, This section shall exLend to the eligible governmental agencies as qualified users of this agreement which are statutorily referred to as: "Governmental agency" means a county, a municipality, a district school board, or any other unit of local government or political subdivision in this state. Attached below are the peronent parts of Chapter 218, Florida Statutes_, relating to payments made by SHERIFF. These requirements supersede any terms in agreements entered into between the SHERIFF and any vendor or contractor doing business with SHERIFF. The time at which payment is due for purchases made by SHERIFF shall be calc\.dated from: 1-The date on which a proper invoice is received by the chief disbursement officer of the 3 16Sheriff Oonlo11 Smith 945-B N 1th Temple Avenu~ Starke, PL3209 I local governmental entity after approval by the governing body, if required; or 2. If a proper invoice is not received by the local govern,nental entity, the date: a. On whiah delivery of personal property is accepted by the local governmental entity; b. On which services are completed; c. On which the rental pedod begins; or d. On which SHERIFF and VENDOR agree in a coutract that provides dates relative to payment periods; whichever date is latest. 3. SHERJFF shall establish procedures whereby each payment request or invoice received by it is marked as received on the date on which it is delivered to an agent or employee of SHERIFF or of a facility or office of the SHERJFF. 4. The payment due date for contracts for the purchase of goods or services is 45 days aftet the date spedfied in s, 218. 73. The payment due date fat· the purchase of construe lion services is s·pecified ins. 218. 735. 5. If the terms under which a purchase is made allow for partial deliveries and a payment reqt1est or proper invoice is submitted for a partial delivel'y, the time for payment for the partial delivery must be calculated from the time of the partial delivery and the submission of the payment request or invoice in the same manner as provided i11 s. 218.73 ors. 218.735. 6. All payments, due from SHERIFF and not made within the time specified by this section bear interest from 3 0 days after the due date at the rate of l percent per month on the unpaid balance. VENDOR must invoice the local governmental entity for any interest accrued in order to receive the interest payment. Any overdue period ofless than .l month isconsidered as 1 month ln computing interest. Unpaid intere,st is compounded rnonthly. Fo1the purposes of this section, the term "1 month" n1eans a period beginning on any day of one month and ending on the same day of the following month. K. SCRUTINIZED VENDOR LIST By executing this Agteement, VENDOR ce11ifies that: it is not on the Scrutinized Companies that Boycott Israel List, created pmsuant to Section 215.4725, Florida Statutes, or engaged in a boycott oflsrael; and, for bids, proposals or contracts for goods Ol' se~·vices ofone rnillion ($1,000,000) dollars or more, that it is not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy cctor List or engaged in business operntions in Cuba or Sy1·ja, per Sectioi1 287.135, Florida Statutes. If SHERIFF determines, using credible information available to the pttblic, that VENDOR has subinitted a false certification, SHERIFF shall provide VENDOR with written notice of its detennination. VENDOR shall have ninety (90) days following receipt of the notice to respond in writing and to demonstrate that the determination of false ce1iification was made in error. If VENDOR does not 1m1ke such demonstration withi11 ninety (90) days after receipt of the notice, SHERIFF shall bring a civil action against VENDOR. If a civil action ls btought and the court determines that VENDOR has submitted a false certification, VENDOR shall pay a civil penalty egua! to the greater of two million ($2,000,000) dollars or twice the amount of the contract for which the false certification was submitted, and all reasonable attorney fees and costs, includit1g any costs for investigations that led to the finding of false certification; and~ VENDOR will be ineligible to bid on any contract with an agency or local governmental entity for three (3) years after the date SHERlFF determined that VENDOR submitted a false certification, pursuant Section 287. l35(5)(a), Florida Statutes 17L. GOVERNING LAW, JURISDICTION AND VENUE , hedff Go1·don Smith 945.13 Nortl1 Temple Ave11ue Starke1 FL 32091 The terms and conditions of this agreement shall be construed in accord!'lnce with and governed by the laws or the State of Florida. All actions, whether sounding in co11tn1ct or in ton, relating cothe validity, constn,ction, interpretation and enforcement of this AGR • ~MENT shall be instituted and litigated in the courts of the State of Florida, located in Btadford CoLmt-y, Florida, without regardto conflicts of laws pdnciples. In accordance herewith, the parties to this AGREEMENT submit to the jurisdiction of the courts of the State of Florida located in Bradford County, Florida. M. ARBITRATION/MEDIATION SHERIFF does not agree to binding arbitration or mediation nor waive SHERIFF'S right to use the courts in the event that a breach 01· other circumstance necessitates litigation as a tool to ensurethat the rights of the agency and the citizemy are protected. N. WARRANTY HERIFF does not agree to waive direct, special or exemplary damages. Q. SECURITY Due to the confidential and sensitive nature of the work pe1formed by SHERIFF, VENDOR and contractors may be subjected to background checks upon SHER1FF'S request. VENDOR and contractors may be required to provide information about themselves, their employees, and subcontractors, in order to permit SHERIFF to conduct background checks 011 persons entering secure areas, accessing sec\.lre information or otherwise providing supplies or services to SHERIFF. SHERIFF retains the right to limit or refuse access to any person at his sole discretion and vendors and contractors agree to ab1de that decision without cost or penalty to SHERIFF. P. TERMINATION This AGREEMENT may be terminated at any time by SHERIFF, fot any reason or no reason at all, upon providing thitiy (30) days advance written notice to the VENDOR. SHERIFF shall payfor all supplies and services provided by VENDOR as of the date of termination. Q. APPROPRIATION This AGREEMENT is subject to availability and annual appropriatio11 of funds by the CoL1nly, County Council, (Council). lf funding for vehicle pi.,rchasing is not appropriated by the Council for any fiscal period during the term hereof, then SHERIFF sball immediately terminate this AGREEMENT upon written 110tice to VENDOR. In the event of suchtermination, VENDOR shall be entitled to receive just and eqL1itable compensatiot1 for any satisfactory work perforniedas of the termination date. Such termination by SHER[Ff shall not be deemed a Breach of Contract by SHERIFF, and VENDOR shall have no right to any actual, general, specific incidental, consequential or any other damages whatsoever of any description or amount. R. MISCELLAN 10US j 18.She1~1rf Gordon Smith 1)-15-B North Temple Avenue Slorke, FL 32091 None of the following terms shall have any effect or be enforceable against SHERIFF or any of his employees or agents: l. Any term requiring SHERIFF lo maintajn any type of insurance for the benefit of either SHERJFF or VENDOR. 2. Any term granting VENDOR any security interest in property owned or controlled by SHERIFF, including facilities provided by the County Board of County Commissioners for use by SHERIFF. 3. Any term obligating SHERIFF to pay the costs of collection or attorney's fees. 4. Any term allowing VENDOR to make unilateral modification to any contract entered into or relied upon by the Patiies. 5. Any term requiring or stating that the tern,s of VENDOR'S standard form contract shall prevail over the tetrns of this Agreement in the event of a conflict. 6. Any term granting VENDOR the right to audit or e.-amine the books, records or accout1ts of SHERIFF other than as 1•equired by law. S. PUBLIC RECORDS LAW Chapter 119, FS, is Florida's Public Records Act. Under this law, all records, including contracts are subject lo disclosure to the public on demand. There arc certain exemptions that can be claimedby SHERlFF to shield certain pNtected information, but VENDOR is hereby put on notice that the terms and conditions of any agreement entered into between VENDOR and SH~ RIFF are likely be disclosed if a public demand is made. SHERJFF does not agree to the confidentiality ofany information contained within any documents created or developed as part of any ag1·eeme11t. The Public Records law will always supersede any agreements to the contrary. The NOTICE provided below is required to be part of any agreement entered into by SHERIFF. NOTJC,$ IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS FOR THE COUNTY. r11 compliance with 119.0701, Florida Statutes, and 119.011(2), Florida Statutes, the following definitions shall apply to this agreement: ''Contractor" means an individual, partnership, corporation, or business entity that enters into a contract for services with a public agency and is acting on behalf of the public agency as provided under s. 119.011(2). '1PL1blic agency" means a state, couuty, district, authority, or municipal officer, or department, division, board, bmeau, commission, or other separate unil of government cl'eated or established by law. Note that in accordance with Florida law the contractor shall: 6 19Sh~riffGordo11 Smith 9'15•l3 North Temple Avenue Starke, PL 32091 l. Keep and maintain public records that ordinarily and necessarily would c required by the public agency in order to perform the service. 2_ Upon reqL1est from the public agency's custodian of public records, provide che public agency with a copy of the requested records or allow the access to public records to be inspected or copied within a reasonable time on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter oi-as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law foi-the duration of the contract term and following completion of the contract if the contractor does n_ot transfer the records to the public agency. 4. Upon completion of the contract, transfer. at no cost, to the public agency all public records in possession of the contractor or meet all requirements for retaining public recol'ds and transfel'1 at no cost, to the public agency all public i-ecords in possession of the contractor or keep and maintain public records required by the public agency to perform the service. 5. If the contractor transfers all public records to the pL1blic agency t1pon completion of the contract, the contractor shall upon termination of the contract destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. 6. If the contractor keeps and maintains public records upon completio11 of the contract, the contractor shall meet all applicable requirements for retaining public records. 7. All records stored electronically must be provided to the public agency, upon requesl from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. 8. The Conti-actor u11derstands that a request made to inspect or copy public records relating to a public agency's contract for services must be made directly· to the public agency; however if the public agency does not possess the requested records, the public agency shall immediately notify the contractor of the request, and the contractor must provide the records to the public agency or allow the records to be inspected or copied within a.reasonable time. 9. If a contractor does not comply with the public agency's records request for records, the public agency shall enforce the contract provisions in accordance with the contract. A contractor who fails to provide the public records to the public agency within a reasonable time may be subject to penalties under s.119.10, which. include the filing of a civil action against a contractor to compel produclion of public records relating to a public agency's contract for services. The court shall assess a11d 1;1ward against the contractor the reasonable costs of enforcement, including reasonable attorney fees) if: I. The court determines that the conu-actor unlawfully refused to comply with the public records request within a reasonable time; and 2. At least eight (8) business days before filing the action, the plni1itiff provided written notice of the public recmds request, including a statement th.at the contractor has not complied with the request, to the public agency and to the contractor. EL A notice complies with the requirements of this chapter if it is sent to the public agency's custodian of public records and to the contractor at the contractor's address listed on its contract with the public agency or to the contractor's registered agent. b_ Such notices must be sent by com1non carrier delivery service or by registered, 7 20Sh1c1 ill Gordon Smith 945-8 Norlli Temple Avenue Starke, f.L 32091 Global Express Guaranteed, or ce1tified mail, with postage or shipping paid by the sender and wllh evidence of delivery, which may be in an electronic forn1al, A contractor who complies with a public records request within eight (8) business days after the notice is sent is not liable for the reasonable costs of enforcement. T. E-VERIFY 1. The terms contained in this paragraph shall be defined in accordance with Floi-ida Statute Section 448.095 "Employment Eligibility.'' 2, "E-Verify syste111'' means an Internet-based system operated by the United States Department of Homeland Security that allows participating employers to electronically verify the employment eligibility of newly hired employees. 3. As of January 1, 2021, a public employer (e.g., Sherifrs Office) may n tenter into a contract with a C0J1tractor, or subcontrnctor unless each pru·ty to the contract registers with and uses the E-Verify system. Every contractor who has entered or is attempting to enter into a contract with a public employer to provide labor, supplies, or setvices to such employer in exchange for salary, wages, or other remuneration; or subcontractor who is a person or entity that provides labor, supplies, or services to or for a contractor or other st1bco11tractor in exchange for salary, wages, or other remuneration, shall registet: with and use the E-Vet:ify system to verify the work authorization status of alI newly hired employees. 4. If a contractor enters into a contract with a subcontractor, the subcontractor must provide the contractot with an affidavit stating that tbe subcontractor does not employ, contract with, or subcontract with an unauthorized alien. 5. A conttact terminated for violating paragraph 3 above or sections 448.095 subsections (2)(c) I or 2, FS, is not a breach of contract and may not be considered as such. Additionally,a contractor whose contract that is terminated as provided for in this paragraph may not be awarded a pub I ic contract for at least I year a~er the date on which the contract was terminated. 6. VENDOR hall, upon request provide evidence of compliance with this provision to SHERIFF. Failure to comply with this provision is a material breach of the Agreement, and the SHERIFF n1ay choose to terminate the Agreement at any tim.e at its sole discretion. VENDOR may be liable for all costs associated with SHERIFF securing the same services, inclusive, but not limited to, higher costs for the sarne services and rebidding costs (if neces ary). VENDOR, by virtue of acceptance of the Purchase Order ce1iifies that: 1. VENDOR and its Subcontractors are aware of the requirements of Florida Statute 448.095, and upon request from the Sheriff's Office, provide evidence of such compliance. 2. VENDOR and its Subcontractors are registered witll and using the E-Verify system to verify the work authorization status of newly hired employees. 3, VENDOR will not enter into a contract with any Subcontractor unless each party LO Lhe contract registers with and uses the E-Verify system. 4. The Subcontractor will provide VENDOR with an affidavit stating that the Subcontractor does not employ contract with, 01; subcontract with unauthorized alien. 5. VENDOR must maintain a copy of such affidavit. 8 21She1:iff Clorclon. mith 945-B North Te111plc Avent1e Starke, FL ~2091 6. SHERIFF may ter111inale this Contract on the good faith belief that the VENDOR or its Subcontractors knowingly violaled Florida Statutes 448.09(1) or 448.095(2)(0). 7. If this Contract is Lerminated pursuant to Florida Statute 448.095(2)(c), VENDOR may not be awarded a public contract for at least 1 year after the date on which this Contract was terminated. 8. VENDOR is liable for a11y additional cost incuned by SHERIFF as a result of the termination of this Contract. U, FOREIGNINFLUENCE VENDOR represents and warrants that it has made any applicable disclosures to SHERIFF which am required under Section 286_ I 01 (3)(a), Florida Statutes, pertaini11,g to business transactions with a foreign country of concern as more fully defined within said statute. V. GRANTS Any purchases funded through [,ederal Grants, including but 1wt limited to UASl, SCHOP, and any other federal grnnts shall require the VENDOR to comply with the provisions listed in2 C.F.R. Part 200. W. SUBCONTRACTORS VENDOR agrees that as the signatory to this agreement, it is solely responsible for the satisfactory provision of goods and services hereunder. SHERIFF does not authorize subcontractors, joint ventures or third parties to provide goods or services in the perfonnance of this agreement except as identified by VENDOR in its proposal to SHERIFF. All subcontractors, joint ventures or third parties providing goods or services in furtherance of this agreement shall be specifically identified by VENDOR and the Scope of Work will clearly identify the specific goods and or services to be provided by said subcontractors, joint ventures or third parties. If the services provided by any subcontractoi', joint venture or third party requires a specific licensure, certificate, degree or othor govenunental authorization to provide the services, proof of such licensure, certificate, degree or authorization will be provided by VENDOR to SHERIFF prior to the commencement of work or the payment of any sums due to VENDOR. X. PROMPT PAYMENT DISCOUNT and FEE CALCULATION Where SHERIFF and/ or eligible users of this contract pays the VENDOR within 30 days of delive1y of a vehlcle, the VENDOR shall remit a fee to the Bradford County Sheriffs Office at one half of one percent of the total purchase amount excluding tag fees, extended warranty purchases, and trade in allowances; per l.111it, that is promptly paid for. Vendor fee reporling to be submitted monthly with payn1ent due the 20th of the month following the repo!'ting cycle for all deliveries made within month repo1•ting. Y. OUT-OF-SERVICE VEIDCL ◄ 9 22ShcriffGordo11 Sn1ith 94S-13 North Temple Ave,rn~ Stal'ke, f L 32091 The SHERIFF has Lhe option to dispose of out-of-service vehicles tluough the VENDOR. Should the SHERJFF decide Lo do so, the VENDOR agrees to auction off those vehicles and pa)'to the SHERIFF the net auction proceeds m111L1.s transport costs and $400 vendor fee pei: unit. Z. ENTIRE AGREEMENT This Agreement contains the entire understanding between the patties regarding this Agreement and supersedes all prior communications. The parties acknowledge and agree tbat neither of them has made any representation with respect to the subject mat1er of this Agreement or any representations except such representations as are specifically set forth herein, and the parties acknowledge that they have relied on their own judgment in entering into the same. The parties fi.niher acknowledge that any statements or representations that may have been rnade by either of them to the other are void and of no effect arid that neither of them has relied on such statements or representations in connection with its dealings with the other. No alteration of these terms and conditions is binding on SHERIFP' lmless signed by SHERIFF. Z. TERM AND EXTENSION The term for this AGREEMENT ("BCSO 22-27-1.0") shall remain in effect for five (5) years from the date of contract execution by the SHERIFF and may be renewed for five (5) years or extended. by the PARTIES upon mutual agreement, in writing and executed by the PARTIES, before the expiration of the original term or any extension thet'eof. SHERIFF does not agree to automatic renewals or extensions. AGREEMENT may be extended to other governmental agencies located ip the State of Florida with vendor approval. rN WIT ESS THEREOF, the PARTIES have caused this AGREEMENT to be duly executed as of the last day set forth below by the undersigned authorized representatives of the PARTIES. Bradford County Sheriff's Office Date 1 \ \ Approved as to Form and Legality, for the Reliance of the Bradford County Sheriff, Florida VENDOR (Duval Fotd) Name Richard Tackett: GM 9/13/2022 Date 10 23[Tab 4] Price Proposal Attachment 1: FORD OEM PRODUCTS: ALL MODELS AND PACKAGES: 1.65% Attachment 2: Duval Ford AMO percent markup table Attachment (2a): Exclusions: Ford SVT, ST Attachment 3: Mileage Statement 24Tab 4: Part 1, OEM percent Markup 25Contra'ct: BCSO 22~27 1.0 ITEM Model NUMBER Year >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 Vehicle Type Medium Truck Chassis F650 F650 F650 F650 F650 F650 F750 F750 F750 F650 F650 F650 F650 F650 F750 F750 F750 F650 F650 F650 F650 F650 F750 F750 Mustang Mustang Mustang Mustang Mustang Mustang Mustang Model Code F6B-F650 REG CAB LO F6C-F650 REG CAB F6D-F650 REG CAB F6E-F650 REG CAB LO F6T-F650 REG CAB TR F7A-F750 REG CAB F7D-F750 REG CAB F7T·F750 REG CAB TR W6A-F650 CREW CAB W6B-F650 CRW CAB LO W6D·F650 CREW CAB W6E-F650 CRW CAB LO W6T·F650 CRW CAB TR W7A-F750 CREW CAB W7D-F750 CREW CAB W7T-F750 CRW CAB TR X6A-F650 SUPER CAB X6B-F650 SPR CAB LO X6D-F650 SUPER CAB X6E-F650 SPR CAB LO X6T-F650 SPR CAB TR X7A-F750 SUPER CAB X7D· F750 SUPER CAB X7T•F750 SPR CAB TR P8F-GT CONV PREM P8J·HB COUPE P8K-BULUTT COUPE PBR·MACH 1 COUPE PBS-SHELBY GTSOO PST-MUST ECO COUPE P8U-ECO CONVERTIBLE Duval Ford 904-388-2144 FORD OEM PRODUCT OFFERING Package Availability All Oem Pkg's Packages All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oern Pkg's All Dem Pkg's All Dem Pkg's All Dem Pkg's All Oem Pkg's All Dem Pkg's All Oern Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Dem Pkg's All Dem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pk 's All Oem Pkg's Excluding SVT All Oem Pkg's Excluding SVT All Oem Pkg's Excluding SVT All Oem Pkg's Excluding SVT All Oem Pkg's Excluding SVT All Oem Pkg's Excluding SVT All Oem Pkg's Excluding SVT All Oem Pkg's Excluding SVT Contract % Markup over Invoice 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 26Contract: BCSO 22-27 1.0 FORD OEM PRODUCT OFFERING Expedition K1F-4X2 XL MAX All Oem Pkg's >2022 Expedition K1G-4X4 XL MAX All Oem Pkg's 1.65% >2022 Expedition K1H-4X2 XLT MAX All Oem Pkg's 1.65% >2022 Expedition K1J-4X4 XLT MAX All Oem Pkg's 1.65% >2022 Expedition K1K-4X2 LIMITED MAX All Oem Pkg's 1.65% >2022 Expedition K1 L-4X2 PLATINUM MX All Oem Pkg's 1.65% >2022 Expedition K1M-4X4 PLATINUM MX All Oem Pkg's 1.65% >2022 Expedition K1N-4X2 K.RANCH MAX All Oem Pkg's 1.65% >2022 Expedition K1 P-4X4 K. RANCH MAX All Oem Pkg's 1.65% >2022 Expedition K2A-4X4 LIMITED MAX All Oem Pkg's 1.65% >2022 Expedition U1F-4X2 XL All Oem Pkg's 1.65% >2022 Expedition U1G-4X4 XL All Oem Pkg's 1.65% >2022 Expeditton U1H-4X2 XLT All Oem Pkg's 1.65% >2022 Expedition U1J-4X4 XLT All Oem Pkg's 1.65% >2022 Expedition U1K-4X2 LIMITED All Oem Pkg's 1.65% >2022 Expedition U1L-4X2 PLATINUM All Oem Pkg's 1.65% >2022 Expedition U1M·4X4 PLATINUM All Oem Pkg's 1.65% >2022 Expedition U1N-4X2 KING RANCH All Oem Pkg's 1.65% >2022 Expedition U1P-4X4 KING RANCH All Oem Pkg's 1.65% Expedition U1R·4X4 TIMBERLINE All Oem Pkg's Ex edition All Oern Pk 's Van All Oem Pkg's >2022 Transit Connect Van E6T-TRAN CN-VAN-XLT All Oem Pkg's 1.65% >2022 Transit Connect E7S-TRAN CON-VAN-XL All Oem Pkg's 1.65% Van >2022 Transit Connect ITT-TRAN CN-VAN-XLT All Oem Pkg's 1.65% Van >2022 Transit Connect 565-TRAN CON-VAN· XL All Oem Pkg's 1.65% Van >2022 Transit Connect 56T-TRAN CN-VAN·XLT All Oem Pkg's 1.65% Van >2022 Transit Connect Van S7S-TRAN CON·VAN-XL All Oem Pkg's 1.65% S7T-TRAN CN·VAN-XLT 1.65% F2A-F250 4X2 SD R/C All Oem Pkg's >2022 F2B-F250 4X4 SD R/C All Oem Pkg's >2022 F3A-F350 4X2SDR/CSR All Oem Pkg's 1.65% >2022 F350 F3B· F350 4X4SDR/CSR All Oem Pkg's 1.65% >2022 F350 F3C-F350 4X2 SD R/C All Oem Pkg' s 1 .65% Duval Ford 904-388-2144 27Contract: BCSO 22-27 1.0 ITEM Model NUMBER Year 83 • 84 85 86 87 88 89 90 91 92 93 94 95 96 97 98 99 100 101 102 103 104 105 106 107 108 109 110 111 112 113 114 115 116 117 118 119 120 121 122 123 124 125 127 128 129 130 131 132 133 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 ::-2022 >2022 >2022 :>2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 Vehicle Type F450 F450 F450 F450 F550 FSS0 F600 F600 F250 F250 F350 F350 F350 f350 F350 F350 F350 F350 F450 F450 F450 F450 F550 F550 F250 F250 F350 F350 F350 F350 F350 F350 F350 F350 F450 F450 • Mustang Mach-E : • Mustang Mach· E Mustang Mach-E Mustang Mach· E Mustang Mach-E Mustang Mach-I; Mustang Mach-E Mustang Mach-E Model Code F3D·F350 4X4 SD R/C F3E-F350 4X2CHAS/CS F3F· F350 4X4CHAS/CS F3G-F350 4X2 CHAS/C F3H-F350 4X4 CHAS/C F4C-F450 4X2 SD RIC F4D-F450 4X4 SD RIC F4G-f450 4X2 CHAS/C F4H-F450 4X4 CHAS/C F5G-F550 4X2 CHAS/C FSH·F550 4X4 CHAS/C F6K-F600 4X2 CHAS/C F6L·F600 4X4 CHAS/C W2A·F250 4X2 CREW /C W2B-F250 4X4 CREW IC W3A-F350 4X2CREW /CS W3B·F350 4X4CREW /CS W3C-F350 4X2 CREW IC W3D-F350 4X4 CREW IC W3E-F350 4X2CRWCCSR W3F-F350 4X4CRWCCSR W3G-F350 4X2 CRW CC W3H-F350 4X4 CRW CC W4C-F450 4X2 CRW PU W4D-F450 4X4 CRW PU W4G·F450 4X2 CRW CC W4H-F450 4X4 CRW CC W5G-F550 4X2 CRW CC W5H-F550 4X4 CRW CC X2A-F250 4X2 SIC X2B-F250 4X4 SIC X3A-F350 4X2 SIC X3B-F350 4X4 SIC X3C-F350 4X2 SIC DR X30-F350 4X4 SIC DR X3E-F350 4X2SICCCSR X3F·F350 4X4SICCCSR X3G·F350 4X2 5/C CC X3H-F350 4X4 S/C CC X4G·F450 4X2 5/C CC X4H-F450 4X4 SIC CC X5G-F550 4X2 SIC CC X5H-F550 4X4 SIC CC K1S-SELECT AWD K2R·CAL ROUTE 1 RWD K25-CAL ROUTE 1 AWD K3R-PREMIUM RWD K3S·PREMIUM AWD K4S-GT AWD Duval Ford 904-388-2144 FORD OEM PRODUCT OFFERING Package Availability All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oern Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg'S All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pk 's A\l Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's Contract % Markup over Invoice . . 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 28Contract: BCSO 22-27 1.0 FORD OEM PRODUCT OFFERING ITEM NUMBER 135 136 137 138 139 140 141 142 143 145 146 147 148 149 150 151 152 153 155 156 158 159 160 161 162 163 164 165 166 I Model Vehicle Type Model Code Package Contract % Markup Year Availability over Invoice ~2022 F150 SERIES I • F1C-F150 4X2 R/C All Oem Pkg's • >2022 F1E·F1504X4 R/C All Oem Pkg's >2022 W1C-F150 4X2 CREW All Oem Pkg's 1.65% >2022 F150 W1E·F150 4X4 CREW All Oem Pkg's 1.65% >2022 F150 W1P·F150 POL RESP All Oem Pkg's 1.65% >2022 W1S-F150 4X2 CREW All Oem Pkg's 1.65% >2022 W1T-F150 4X4 CREW All Oem Pkg's 1.65% >2022 All Oem Pkg's 1.65% • • ' ' All Oem Pk 's . '>2022 Bronco Full Size ------I Bronco Full Size E5A-BRONCO 2DR 4X4 All Oem Pkg's 1.65% Excluding SVT >2022 Bronco Full Size ESB-BRONCO 4DR 4X4 All Oem Pkg's 1.65% Excluding SVT >2022 Bronco Full Size E5C-2DR ADVANCD 4X4 All Oem Pkg's 1.65% Excluding SVT >2022 Bronco Full Size E50-4DR ADYANCD 4X4 All Oem Pkg's 1.65% Excluding SVT >2022 Bronco Full Size E5E-4DR ADVANCD 4X4 All Oem Pkg's 1.65% Excluding SVT >2022 Bronco Full Size E5F-2DR ADVANCD 4X4 All Oem Pkg's 1.65% Excluding SVT >2022 Bronco Full Size ESG-2 DR ADV AWD HL All Oem Pkg's 1.65% Excluding SVT >2022 Bronco Full Size E5H·4 DR ADV AWD HL All Oen, Pkg;s 1.65% Excluding SVT : . . E5J-4DR ADVANCD 4X4 All Oem Pkg's 1.65% Excludin • SVT ~->20i2-: -. Maverick'Pickup >2022 Maverick Pickup W8E·MAVERICK FWD All Oem Pkg's 1.65% >2022 Maverick Picku W8F-MAVERICK AWD All Oem Pk 's ::,4-0f? Explorer SUV I K7B-4DR RWD BASE All Oem Pkg's 1.65% Excluding ST . I • .. >2022 Explorer SUV K7D-4DR RWD XLT All Oem Pkg's 1.65% Excluding ST >2022 Explorer SUV K7F-4DR RWD LIMITED All Oem Pkg's 1.65% Excluding ST >2022 Explorer SUV K7G-4DR RWD ST All Oem Pkg's 1.65% Excluding ST >2022 Explorer SUV K7H-4DR RWD PLTNM All Oem Pkg's 1.65% Excluding ST >2022 Explorer SUV K7K-4DR RWD ST-LINE All Oem Pkg's 1.65% Excluding ST >2022 Explorer SUV K7L·4DR RWD K RANCH All Oem Pkg's 1.65% Excluding ST >2022 Explorer SUV K8B·4DR 4WD BASE All Oem Pkg's 1.65% Excluding ST >2022 Explorer SUV K80-4DR 4WD XLT All Oem Pkg's 1.65% Excluding ST Duval Ford 904-388-2144 29Contract: BCSO 22-27 1.0 FORD OEM PRODUCT OFFERING >2022 Explorer SUV All Oem Pkg's Excluding ST >2022 Explorer SUV K8G-4DR 4WD ST All Oem Pkg's 1.65% Excluding ST >2022 Explorer SUV K8H-4DR 4WD PLTNM All Oem Pkg's 1.65% Excluding ST >2022 Explorer SUV K8J-4DR 4WD TMBLINE All Oem Pkg's 1.65% Excluding ST >2022 Explorer SUV K8K-4DR 4WD ST-LINE All Oem Pkg's 1.65% Excluding ST All Oem Pkg's Excludin ST EK-MR CARGO RWD All Oem Pkg' s >2022 Transit Van E1 D-MR CREW RWD All Oem Pkg's >2022 Transit Van E1Y-LR CARGO RWD All Oem Pkg's >2022 Transit Van E1Z-LR CREW RWD All Oem Pkg's 1.65% >2022 Transit Van E2C-MR CARGO AWD All Oem Pkg's 1.65% >2022 Transit Van E2D·MR CREW AWD All Oem Pkg's 1.65% >2022 Transit Van E2Y-LR CARGO AWD All Oem Pkg's 1.65% >2022 Transit Van E9Z-LR CREW AWD All Oem Pkg's 1.65% >2022 Transit Van F1P-LR CUTAWAY RWD All Oem Pkg's 1.65% >2022 Transit Van F1Y-LR CARGO RWD All Oem Pkg's 1.65% >2022 Transit Van F1Z-LR CHASSIS RWD All Oem Pkg's 1.65% >2022 Transit Van F2P-LR CUTAWAY AWD All Oem Pkg's 1.65% >2022 Transit Van F2Y-LR CARGO AWD All Oem P kg's 1.65% >2022 Transit Van F2Z-LR CHASSIS AWD All Oem Pkg's 1.65% >2022 Transit Van F4U-HR CARGO AWD All Oem Pkg's 1.65% >2022 Trans1t Van F4V-HR CREW RWD All Oem Pkg's 1.65% >2022 Transit Van F4W-HR CREW AWD All Oem Pkg's 1.65% >2022 Transit Van F4X·HR CARGO RWD All Oem Pkg's 1.65% >2022 Transit Van FSX·HR CARGO RWD All Oem Pkg's 1.65% >2022 Transit Van F6P-LR CUTAWAY RWD All Oem Pkg's 1.65% >2022 Transit Van F6X·HR CARGO AWD All Dem Pkg's 1.65% >2022 Transit Van F6Z·LR CHASSIS RWD All Oem Pkg's 1.65% >2022 Transit Van F7C·MR CARGO RWD All Oem Pkg's 1.65% >2022 Transit Van F7X·HR CARGO RWD All Oem Pkg's 1.65% >2022 Transit Van F8C-MR CARGO AWD All Oern Pkg's 1.65% >2022 Transit Van F8P-LR CUTAWAY AWD All Oem Pkg's 1.65% >2022 Transit Van F8X-HR CARGO AWD All Oern Pkg's 1.65% >2022 Trans1t Van F8Z·LR CHASSJS AWD All Oem Pkg's 1.65% >2022 Trans1t Van R1C-MR CARGO RWD All Oem Pkg's 1.65% >2022 Transit Van R1D-MR CREW RWD W All Oem Pkg's 1.65% >2022 Transit Van R1V·HR CREW RWD W All Oem Pkg's 1.65% >2022 Transit Van R1X-HR CARGO RWD All Oem Pkg's 1.65% >2022 Transit Van R1Y·LR CARGO RWD All Oem Pkg's 1.65% >2022 Transit Van R1Z·LR CREW RWD All Oern Pkg's 1.65% >2022 Transit Van R2C-MR CARGO AWD All Oem Pkg's 1.65% >2022 Transit Van R2D-MR CREW AWD All Oem Pkg's 1.65% >2022 Transit Van R2V-HR CREW AWD All Oem Pkg's 1.65% >2022 Transit Van R2X-HR CARGO AWD All Oem Pkg's 1.65% Duval Ford 904-388-2144 30Contract: BCSO 22-27 1.0 FORD OEM PRODUCT OFFERING R2Y-LR CARGO AWD All Oem Pkg's >2022 R2Z·LR CREW AWD All Oem Pkg's 1.65% >2022 Transit Van R3U-HR CARGO AWD All Oem Pkg's 1.65% >2022 Transit Van R3X-HR CARGO RWD All Oem Pkg's 1.65% >2022 Transit Van R5P-LR Cl.Ir AWAY RWD All Oem Pkg's 1.65% >2022 Transit Van R5Z-LR CHASSIS RWD All Oem Pkg's 1.65% >2022 Transit Van R7P·LR Cl.Ir AWAY AWD All Oem Pkg's 1.65% >2022 Transit Van R7Z-LR CHASSIS AWD All Oem Pkg's 1,65% >2022 Transit Van S4U·HR CARGO AWD All Oem Pkg's 1.65% >2022 Transit Van S4V-HR CREW RWD All Oem Pkg's 1.65% >2022 Transit Van S4W-HR CREW AWD All Oem Pkg's 1.65% >2022 Transit Van S4X-HR CARGO RWD All Oem Pkg's 1.65% >2022 Transit Van 56P-LR CUTAWAY RWD All Oem Pkg's 1.65% >2022 Transit Van S6Z-LR CHASSIS RWD All Oem Pkg's 1.65% >2022 Transit Van S8P-LR CUTAWAY AWD All Oem Pkg's 1.65% >2022 Transit Van SSZ·LR CHASSIS AWD All Oem Pkg's 1.65% >2022 Transit Van U4X-HR PASS XL RWD All Oem Pkg's 1.65% >2022 Transit Van U5X-HR PASS XL AWD All Oem Pkg's 1.65% >2022 Transit Van U6P·LR CUTAWAY RWD All Oem Pkg's 1.65% >2022 Transit Van U6Z·LR CHASSIS RWD All Oem Pkg's 1.65% >2022 Transit Yan UBP·LR Cl.Ir AWAY AWD All Oem Pkg's 1.65% >2022 Transit Yan U8U-HR CARGO AWD All Oem Pkg's 1.65% >2022 Transit Van U8X-HR CARGO RWD All Oem Pkg's 1.65% >2022 Transit Van U8Z·LR CHASSIS AWD All Oem Pkg's 1.65% >2022 Transit Van W1 D-MR CREW RWD All Oern Pkg's 1.65% >2022 Transit Van W1V-HR CREW RWD All Oem Pkg's 1.65% >2022 Transit Van W1X-HR CARGO RWD All Oem Pkg's 1.65% >2022 Transit Van W1Y·LR CARGO RWD All Oern Pkg's 1.65% >2022 Transit Van W1Z-LR CREW RWD All Oem Pkg's 1.65% >2022 Transit Van W2C·MR CARGO AWD All Oem Pkg's 1.65% >2022 Transit Van W2D-MR CREW AWD All Oem Pkg's 1.65% >2022 Transit Van W2V•HR CREW AWD All Oem Pkg's 1.65% >2022 Transit Van W2X-HR CARGO AWD All Oem Pkg's 1.65% >2022 Transit Van W2Y-LR CARGO AWD All Oem Pkg's 1.65% >2022 Transit Van W2Z-LR CREW AWD All Oern Pkg's 1.65% >2022 Transit Van W3U-HR CARGO AWD All Oern Pkg's 1.65% >2022 Transit Van W3X-HR CARGO RWD All Oern Pkg's 1.65% >2022 Transit Van W4X-HR PASS XL RWD All Oem Pkg's 1.65% >2022 Transit Van W4Z-MR PASS XL RWD All Oem Pkg's 1.65% >2022 Transit Van WSP-LR CUTAWAY RWD All Oem Pkg's 1.65% >2022 Transit Van W5Z-LR CHASSIS RWD All Oem Pkg's 1.65% >2022 Transit Van W7P-LR CUTAWAY AWD All Oem Pkg's 1.65% >2022 Transit Van W7Z-LR CHASSIS AWD All Oem Pkg's 1.65% >2022 Transit Van W9C-MR CARGO RWD All Oern Pkg's 1.65% >2022 Transit Van X2C-MR PASS XL RWD All Oern Pkg's 1.65% >2022 Transit Van X2X-HR PASS XL RWP All Oem Pkg's 1.65% >2022 Transit Van X2Y-LR PASS XL RWD All Oern Pkg's 1.65% >2022 Transit Van X9C-MR PASS XL AWD All Oem Pkg's 1.65% >2022 Transit Van X9X-HR PASS XL AWD All Oem Pkg's X9Y-LR PASS XL AWD All Oem Pk 's Duval Ford 904-388-2144 31Contract: BCSO 22-27 1.0 263 I Edge Suv 264 >2022 Edge Suv 265 >2022 Edge Suv 266 >2022 Edge Suv 267 >2022 Edge Suv 268 I Edge Suv 269 I Ed e Suv • ,?iQ22. if Connect_ 271 I 43-TRAN CONNCT WAG 272 >2022 43-TRAN CONNCT WAG 273 >2022 43-TRAN CONNCT WAG 274 >2022 43-TRAN CONNCT WAG 275 >2022 43-TRAN CONNCT WAG 276 >2022 43· TRAN CONNCT WAG 277 >2022 43-TRAN CONNCT WAG 278 I 43-TRAN CONNCT WAG ~2_022; . :Esca~ 280 .. 281 I 45-ESCAPE 282 >2022 45-ESCAPE 283 >2022 45-ESCAPE 284 >2022 45-ESCAPE 285 >2022 45-ESCAPE 286 >2022 45-ESCAPE 287 >2022 45-ESCAPE 288 >2022 45-ESCAPE 289 >2022 45-ESCAPE 290 >2022 45-ESCAPE 291 >2022 45-ESCAPE 292 >2022 45-ESCAPE 293 >2022 45-ESCAPE 294 >2022 295 >2022 296 .. _ >2022 Police Vehicles 298 I •• -299 >2022 Police F150 K3K-EDGE FWD-TITAN K4A-EDGE AWD-ST K4G-EDGE AWD·SE K4J-EDGE AWD-SEL K4K-EDGE AWD-TITAN .. · ..... E8G-TRANCON-WGN-TTN E9E-TRANCON-WGN-XL E9F-TRANCON-WGN-XLT E9G -TRANCON-WG N-TTN S8F-TRANCON-WGN-XLT S9E-TRANCON-WGN-XL .. • UOB-SE FHEV FWD UOC-SEL FHEV FWD UOD-TIT FHEV FWD UOE-PHEV FWD UOF-BASE FWD UOG·ACTIVE FWD UOH-SEL FWD UOJ-PLATINUM FWD UOK-SEL PHEV FWD UOL-TIT PH EV FWD U9B-SE FHEV AWD U9C-SEL FHEV AWD U9D-TIT FHEV AWD U9F-BASE AWD U9G-ACTIVE AWD U9H·SEL AWD U9J-PLATINUM AWD ----K8A-4DR AWD POLICE W1P-F150 POL RESP Duval Ford 904-388-2144 FORD OEM PRODUCT OFFERING All Oem Pkg's . All Oem Pkg's 1.65% All Oem Pkg's 1.65% All Oem Pkg's 1.65% All Oem Pkg's 1.65% All Oem Pkg's 1.65% All Oem Pk 's . All Oem Pkg's 1.65% All Oem Pkg's 1.65% All Oem Pkg's 1.65% All Oem Pkg's 1.65% All Oem Pkg's 1.65% All Oem Pkg's 1.65% All Oem Pkg's 1.65% . •-. . • All Oem Pkg's All Oem Pkg's • All Oem Pkg's 1.65% All Oem Pkg's 1.65% All Oern Pkg's 1.65% All Oem Pkg's 1.65% All Oem Pkg's 1.65% All Oern Pkg's 1.65% All Oem Pkg's 1.65% All Oem Pkg's 1.65% All Oem Pkg's 1.65% All Oem Pkg's 1.65% All Oem Pkg's 1.65% All Oem Pkg's 1.65% All Oem Pkg's 1.65% All Oem Pkg's 1.65% All Oem Pk 's . . •-. ' . 1.65% 32Tab 4: Part 2, AMO percent Markup 33Contuct BCSO 22-27 1.0 Liftmoore American Hydraulic VMAC Wachs Cues dy Godwin dy Crysteel Rugby Blue Ridge ice ra ss-Brand FX Service Body Stellar-Hooklift Service Body Switch N Go ServlceBo_g_y Venco Service Body TPL-Lube Body & Skids Reading Palfinger Dakota Body Auto Crane Terex Maxon Liftgates Dhol landia Liftgates Anteo Llftgates Thieman Liftgates Duval Ford 904-388-2144 AMO: After Market Pricing Schedule 14% 14% 14% 14% 14% 1 0 14% 14% 14% 14% 14% 14% 14% 14% 14% 14% 19% 14% 14% ----30% Extended Lead time 34% 18% 18% 18% 34Contrnct BCSO 22-27 1.0 :u: ~ UJ ~ Category ~ <( 44 Accessory OEM Brand. Curt Betterbuilt Enpak/Miller us Tarp Chelsea Muncie Decked Kussmall Tigertough Warn Weatherguard Roll n Lock Retrax ARE Ranch entury Linex Toff Brand Aervoe Amerex s one Automotive Meyer Distributing Wanco (Arrow/Message Boards) Speed Trailers Bak Flip Cargo Glide J BC Safety: Traffi_c Safety Products Kargo Master Prime Design Weatherguard Soundoff Brookings Metra Code3 Duval Ford 904-388-2144 --AMO: After Market Pricing Schedule Ceiling% Markup 29% 29% -----29% 29% 29% 29% 29% 29% 29% 29% 29% 29% 29% 29% 29% 29% 29% 29% 29% 29% 29% 29% 29% 29% 29% 29% 22% 22% 22% 20% 20% 20% 20% 20% Note 35ConUact BCSO 22-27 1.0 ell: 2 ~ ci ~ <( 92 Category LIGHTING OEM Brand. Unity Streamlight Ecco SpeedTech Bayco Able 2 Products Go Light Maxxima Star Watchgaurd Digital Ally a light Stalker AceK9 Panasonic lntermotive Dell Angel Armor Brother Printers and Accessories I5BI Window Ballistics Zebra printers and Tablets Tremco Santa Cruz Big Sky Gun Racks Havis Pro-Gard Setina Troy Jotto American Aluminum Westin GoRhino Sterling Ranch Hand Highway Safety Products Ram Mount Plastix Plus Tuffy Products Tufloc-Esmet Lund Ops Products Ray Allen K9 Laguna LEM Solutfons: Prf nter Mounts Duval Ford 904-388-2144 AMO: After Market Pricing Schedule Ceiling% Markup 20% 20% 20% 20% 20% 20% 20% 20% 2 % 20% 20% 20% 20% 20% 20% 20% 20% 0¼ 20% 20% 20% 20% % 20% 20% 20% 20% 20% 20% 20% 20% 20% 20% -20% 20% 20% 20% 20% 20% 20% 20% 20% Note 36Contr·act BCSO 22-27 1.0 Duval Ford 904-388-2144 AMO: After Market Pricing Schedule 37Mileage Statement: Part 3 Per section [L] tab 4, part 3, Duval Ford will deliver all completed vehicles to BCSO at no charge, F.O.B. purchased off this agreement. For deliveries to agencies other than BCSO, Duval Ford will charge $2 per mile from zip code 32210 to agency zip code per mileage posted on Mapquest or similar site data. This charge will include the fuel and rnay be achieved via motor carrier or contract driver. Richard Tackett President / General Manager Duval Fleet Duval Ford, Duval Chevrolet richard.tackett@duvalfleet.com Date: 9/5/2022 38Tab 5: Drug Free Workplace Statement 39The undersigned bidder in accordance wilh Florida StaLute 287.087 hereby certifies lhaL _DUVAL FORO ____________ does: I. Publish a staLemel)l notifying employees Lhal Lhe unlawful manufacture, distribution, dispensing, po e. sion, or Lise of a controlled substance is prohibited iI1 the work place and specifying the actions 1haL will he taken against employees for violations of such prohibition. 2. Inform employees abom the dangers of drllg abuse in the workplace, the business's policy of maintaining a drng-frce workplace, any avallablc drug coun. ellng, rehabililation. and employee assistance programs, and the penalties that may be imposed upon employees ror drug abuse violations. 3. Give each employee engaged in providing the commodities 1· contractual services that are under bid a copy of Lhe statement pecified in sub cction (I). 4. In the statement specified in sub:seclion ( l), noli fy the employees that, as a condition of working on the commodities or con Lr ctual services Lhat are under bid, the employee wlll abide by the lcrms of Lhc 'latemcnl and ,viii notify the employer of any conviction of, or pica of guilty or nolo contendere to, any violation f Chapter 89'.\ or of any control lee.I substance law of the Uniled Slates or any state, for a violation occurring in the workrlace no later than five (5) days after such conviction. 5. Impose a sanction n, or rec1uirc the sallsfactory participation in a drug abuse asslstance or rehabilitation program if such is available in the employee's community, b any employee wh is so c.:onvicted. 6. Make a good faith effort Lo continue to maintain a drug-fn:e workplace through implementation of this section. As Lhe person authorized to sign the slalemenl, I certify that this firm complies fully Wllh the above requirernen ·, Contract Number BCSO 22-27-1.0 Bidder's Signature ' __ ) / -~t,..;..,;t:L;...__ _______________ _ 40DEALER PARTNERSHIP STATEMENT Duval Ford, upon BCSO approval, may engage partnered dealerships for purposes of providing expedited delivery of products not currently available in inventory. When available, the transaction price will become the bid percentage submitted plus a $400 administrative fee. In cases where the end product is an alternative brand (i.e. Dodge, Honda etc.) the partnered dealer will be named, posted and held to the terms and conditions of the BCSO contract and recognized as a transactional subcontractor of the awarded dealership. In no way will the resulting transaction between the dealer and agency be indirect, or a "brokered" sale. The transaction is original and direct between entities adhering to the Manufacturer's franchise agreements and the manufacturer's statement of origin is assigned directly to the end user as a new, unused, non-brokered, direct agency sale, matching the named entity on the agency purchase order, binding those entities per agency purchasing guidelines. Richard Tackett President / General Manager Duval Fleet Duval Ford, Duval Chevrolet richard.tackett@duvalfleet.com Date: 9/5/2022 41~ ,,, i z " h p " ~ g ~ § i .. :l ~I!"' 0'" !z l'i e ~ 0 .. ilz z 0 ~ :z: ~ C ~ iii i m I;; ! a "' ~ ~ .. 0 'tJ ~ !!! ~ ~ ili u I = " 0 ~ .. I. ~ a ~ 11 iii 0 ;~ 0 ~ .. ~ ~i I;; l!I iii ~ ., i u ~~ ~ "i tj h 42BRADFORD COUNTY TELEGRAPH Published Weekly Starke, Bradford County, Florida Before the undersigned authority personally appeared, Mary Goodge, personally known to me, who on oath says that she is the publisher's assistant of the Bradford County· Telegmph, a weekly newspaper published in Starke, Bradford County, Florida that: BRADFORD COUNTY SHERIFF'S Office, 945-B N. Tem·p)e Ave., Starke, FL 32091, Request for Proposal for Purchase of Motor Vehicles. Published in said newspaper in the issue(s) of: 8125 & 9/1/22 BCT. Affiant further says that the said Bradford County Telegraph is a newspaper published in Starke, in Bradford County, Florida, and that lhe said newspaper has heretofore been continuously published in said Bradford County, Florida, each week and has been entered as second-class mail matter at the post office in Starke, Bradford County, Florida for a period of one year next preceding the first publication of the attached copy of advertisement. Affiant further says that she has never paid nor promised any person, firm, or corporation any discount, rebate, commission, or refund for the purpose of securing this advertisement for publication of said newspaper. 7 ,,,...,,; { ,;; )1,,. ,.,/7otJCl'cJ.,,,e---Mary Goodge, Publis(6isAssistant STA TE OF FLORIDA COUNTY OF BRADFO&D The frgoing i~n~owledged before me this ~T'O dayof l.e...rn \ ,20~. By: Mary Goodge who is .I personally known to me who did (did 81\ano~~ NolaryP,U.ffEATHERWHEELER ) REQUEST FOR PROPOSAL. , • The Bradford County Sheriffs Office requests proposals for the purchase of motor vehicles and related vehicle component! _for the Fleet Managemen1 01vls1on and it's eligible users. Deadline f~ sealed proposals ls September .• 6 ,• 2022 @ 10:00 AM. Please email Major George Konkel . . (george_ konkel@bradfordshertff.org) . for Proposal packets or see our website· btadfordsherlff.org • ' ' 6/25 2Ichg 9/1 •BOT 7/24/23, 12:27 PM Detail by Entity Name https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=DUVALFO…1/3 Document Number FEI/EIN Number Date Filed State Status Last Event Event Date Filed Event Effective Date Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Florida Limited Liability Company DUVAL FORD, LLC Filing Information L10000105392 27-3646082 10/07/2010 FL ACTIVE LC AMENDMENT 10/22/2010 NONE Principal Address 1616 CASSAT AVENUE JACKSONVILLE, FL 32210 Mailing Address 1725 Memorial Park Drive JACKSONVILLE, FL 32204 Changed: 01/17/2018 Registered Agent Name & Address ACKMAN, JOANNE A 1725 Memorial Park Drive JACKSONVILLE, FL 32204 Name Changed: 03/21/2011 Address Changed: 01/17/2018 Authorized Person(s) Detail Name & Address Title President, VC, Director, COO GRAHAM, ALEXANDER M 1725 Memorial Park Drive JACKSONVILLE, FL 32204 D C Florida Department of State 43 7/24/23, 12:27 PM Detail by Entity Name https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=DUVALFO…2/3 Title Chairman, Director GRAHAM, HAMPTON H 1725 Memorial Park Drive JACKSONVILLE, FL 32204 Title CEO CURRY, Jeffery S 1725 Memorial Park Drive JACKSONVILLE, FL 32204 Title VP Snyder, Kevin 1725 Memorial Park Drive JACKSONVILLE, FL 32204 Title Secretary, Treasurer Puhalski, Erika 1725 Memorial Park Drive JACKSONVILLE, FL 32204 Annual Reports Report Year Filed Date 2021 01/11/2021 2022 01/20/2022 2023 01/21/2023 Document Images 01/21/2023 -- ANNUAL REPORT View image in PDF format 01/20/2022 -- ANNUAL REPORT View image in PDF format 10/13/2021 -- AMENDED ANNUAL REPORT View image in PDF format 01/11/2021 -- ANNUAL REPORT View image in PDF format 01/13/2020 -- ANNUAL REPORT View image in PDF format 01/23/2019 -- ANNUAL REPORT View image in PDF format 12/10/2018 -- AMENDED ANNUAL REPORT View image in PDF format 01/17/2018 -- ANNUAL REPORT View image in PDF format 02/10/2017 -- ANNUAL REPORT View image in PDF format 01/22/2016 -- ANNUAL REPORT View image in PDF format 02/19/2015 -- ANNUAL REPORT View image in PDF format 01/10/2014 -- ANNUAL REPORT View image in PDF format 01/28/2013 -- ANNUAL REPORT View image in PDF format 01/24/2012 -- ANNUAL REPORT View image in PDF format 03/21/2011 -- ANNUAL REPORT View image in PDF format 10/26/2010 -- FEI View image in PDF format 10/22/2010 -- LC Amendment View image in PDF format 44 7/24/23, 12:27 PM Detail by Entity Name https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=DUVALFO…3/3 10/07/2010 -- Florida Limited Liability View image in PDF format Florida Department of State, Division of Corporations 45 1616 CASSAT AVENUE JACKSONVILLE, FL 32210 Current Principal Place of Business: Current Mailing Address: 1725 MEMORIAL PARK DRIVE JACKSONVILLE, FL 32204 US Entity Name: DUVAL FORD, LLC DOCUMENT# L10000105392 FEI Number: 27-3646082 Certificate of Status Desired: Name and Address of Current Registered Agent: ACKMAN, JOANNE A 1725 MEMORIAL PARK DRIVE JACKSONVILLE, FL 32204 US The above named entity submits this statement for the purpose of changing its registered office or registered agent, or both, in the State of Florida. SIGNATURE: Electronic Signature of Registered Agent Date Authorized Person(s) Detail : I hereby certify that the information indicated on this report or supplemental report is true and accurate and that my electronic signature shall have the same legal effect as if made under oath; that I am a managing member or manager of the limited liability company or the receiver or trustee empowered to execute this report as required by Chapter 605, Florida Statutes; and that my name appears above, or on an attachment with all other like empowered. SIGNATURE: Electronic Signature of Signing Authorized Person(s) Detail Date FILED Jan 21, 2023 Secretary of State 9947252155CC JEFFERY S CURRY CEO 01/21/2023 2023 FLORIDA LIMITED LIABILITY COMPANY ANNUAL REPORT No Title PRESIDENT, VC, DIRECTOR, COO Name GRAHAM, ALEXANDER M Address 1725 MEMORIAL PARK DRIVE City-State-Zip:JACKSONVILLE FL 32204 Title CEO Name CURRY, JEFFERY S Address 1725 MEMORIAL PARK DRIVE City-State-Zip:JACKSONVILLE FL 32204 Title SECRETARY, TREASURER Name PUHALSKI, ERIKA Address 1725 MEMORIAL PARK DRIVE City-State-Zip:JACKSONVILLE FL 32204 Title CHAIRMAN, DIRECTOR Name GRAHAM, HAMPTON H Address 1725 MEMORIAL PARK DRIVE City-State-Zip:JACKSONVILLE FL 32204 Title VP Name SNYDER, KEVIN Address 1725 MEMORIAL PARK DRIVE City-State-Zip:JACKSONVILLE FL 32204 46