Res No 120-24-16225RESOLUTION NO. 120-24-16225
A RESOLUTION OF THE MAYOR AND CITY
COMMISSION OF THE CITY OF SOUTH MIAMI,
FLORIDA, APPROVING AND AUTHORIZING THE
PURCHASE FOR THE PUBLIC WORKS DEPARTMENT OF
A GARBAGE TRUCK FROM BACHRODT Ff LLC D/B/A
PALMETTO FORD OF MIAMI PURSUANT TO FLORIDA
SHERIFFS ASSOCIATION CONTRACT NO. FSA23-
VEH21.0 IN THE AMOUNT OF $443,536.20; DECLARING
THE EXISTING GARBAGE TRUCK 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 garbage truck to provide service for garbage collection from residential
properties for City residents as requested; and
WHEREAS, the City wishes to purchase a new garbage truck (the "Garbage Truck") to
replace the Department's current garbage truck unit, a 2009, two-door New Way Autocar (the
"Current Garbage Truck"), which exhausted its useful life due to its continued use throughout the
past years; 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 contemplated by the City has been competitively bid by the
Florida Sheriffs Association, which has entered into Contract No. FSA23-VEH21.0 (the "FSA
Contract") with Bachrodt FT LLC D/B/ A Palmetto Ford (the "Vendor''); and
WHEREAS, the Vendor has provided the City with the quote attached hereto as Exhibit
"A" for the Garbage Truck in the amount of $443,536.20 pursuant to the FSA Contract (the
"Quote"); and
WHEREAS, the City Commission desires to approve and authorize the purchase of the
Garbage Truck from the Vendor in the amount of $443,536.20, consistent with the Quote attached
hereto as Exhibit "A" and the terms, conditions, and pricing of the FSA Contract; and
WHEREAS, the total cost of the Garbage Truck shall be charged to American Rescue Plan
Act (ARP A) Account No. 12 l-1720-534-6440, which has a current balance of$3,620,022, or such
other funding source(s) as determined by the City Manager to be in the best interests of the
City; and
WHEREAS, the City Commission finds that the Current Garbage Truck is obsolete and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
Page I of3
Res. No. 120-24-16225
personal property under Section 2-4.7 of the City 's Code of Ordinances (the "Code") to be sold or
othenvise disposed of by the City Manager as pro vided 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 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 Garback Tmck Purchase. The City Commission hereby
approves the purchase of the Garbage Truck from the Vendor, consistent with the Quote attached
hereto as Exhibit "A," in the amount of $443,536.20, 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 American Rescue Plan ACT (ARPA) Account No. 121-1720-534-6440, wi th a
current outstanding amount of $3,620,022, or s uch other f unding source(s) as determined by the
City Manager to be in the best inte rests of the City.
Section 3. Declaa·a tion of Surplus Property. Based on the City Commission's
findings, the Current Garbage Truck is obsolete and no longer economical or efficient to keep,
and , in light of the purchase a uthorized in this Resolution, serves no useful function for activities
within the City. Accordingly, the City Commission declares the Current Garbage Truck to be
surplus personal property to be sold or otherwise disposed of by the City Manager as provided in
Section 2-4. 7 of the Code.
Section 4. Implementation. The City Manager is authorized to take all actions
necessary to implement the Project, the Contract, and the purposes of this Resolution.
Section 5. Corrections. Conforming lang uage or techn ical scrivener-type corrections
may be made by the City Attorney 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 20th day of August, 2024.
ATTEST: APPROVED:
M#
Page 2 of 3
Res. No. 120-24-16225
READ AND APPROVED AS TO FORM,
LANGUAGE, LEGALITY AND
EXECUTION THEREOF
&BIERMAN, P.L.
CITY ATTORNEY
COMMISSION VOTE:
Mayor Fernandez:
Vice Mayor Bonich:
Commissioner Calle:
Commissioner Liebman:
Commissioner Corey:
Page 3 of 3
4-0
Yea
Absent
Yea
Yea
Yea
Agenda Item No:26.
City Commission Agenda Item Report
Meeting Date: August 20, 2024
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 FOR THE PUBLIC WORKS DEPARTMENT OF A
GARBAGE TRUCK FROM BACHRODT FT LLC D/B/A PALMETTO FORD OF MIAMI PURSUANT TO
FLORIDA SHERIFFS ASSOCIATION CONTRACT NO. FSA23-VEH21.0 IN THE AMOUNT OF $443,536.20;
DECLARING THE EXISTING GARBAGE TRUCK AS SURPLUS PROPERTY; PROVIDING FOR
IMPLEMENTATION, CORRECTIONS, AND AN EFFECTIVE DATE. 3/5 (CITY MANAGER-PUBLIC WORKS &
ENGINEERING DEPT.)
Suggested Action:
Attachments:
Memo-Garbage_Truck_New_Way_Auot_Car_08.05.24.docx
Resolution Approving Garbage Truck for PW FSA Piggyback.DOCX
Award Report _ VendorLink.pdf
Master Awarded Vendor List.xlsx - Google Sheets.pdf
Autocar Spec.pdf
FSA_CPP_Amended_Terms_Conditions_as_of_August_21_2023.pdf
New Way FSA 2025.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:August 20, 2024
SUBJECT:Purchase a 2024 New Way Autocar Garbage Truck for Public Works ($443,536).
RECOMMENDATION: Approve the purchase of a new garbage truck from Bachrodt FTLLC/DBA
Palmetto Ford, declare the existing garbage truck as surplus property,and
authorize the City Manager to sell or dispose of the existing garbage truck
per the City’s code.
BACKGROUND: The garbage truck will replace the current 2009, two-door New Way
Autocar. The unit has exhausted its useful life due to its continued use
throughout the past 15 years. Purchasing a new garbage truck will
eliminate the various costly repairs the unit will need.
The City of South Miami desires to utilize Florida Sheriffs Association
Contract FSA-VEH21.10 under the Terms and Conditions as outlined in the
contract agreement.
FUNDING: The cost for the garbage truck will not exceed $443,536 and will be charged
to account 121-1720-534-6440 (American Rescue Plan Act) with a current
outstanding balance of $3,635,037.
ATTACHMENTS: Resolution
Proposal –Exhibit A
Award Report
FSA Terms & Conditions
Master Awarded Vendor List
2
7/25/24, 4:18 PM Award Report | VendorLink
https://www.myvendorlink.com/external/award?s=152477&i=82 1/2 6
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
Zone Rank Vendor Price Build File Options File
Western Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Florida Kenworth, LLC
Nacarato Trucks General Partnership
$197,815.00
$204,974.00
$206,413.00
Build
Build
Build
Options
Options
Options
Northern Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Florida Kenworth, LLC
Nacarato Trucks General Partnership
$196,415.00
$204,974.00
$206,413.00
Build
Build
Build
Options
Options
Options
Central Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Florida Kenworth, LLC
Nacarato Trucks General Partnership
$194,915.00
$204,974.00
$206,413.00
Build
Build
Build
Options
Options
Options
Southern Primary
Alternate
Alternate
Bachrodt FT, LLC dba Palmetto Ford of Miami
Florida Kenworth, LLC
Nacarato Trucks General Partnership
$194,215.00
$204,974.00
$206,413.00
Build
Build
Build
Options
Options
Options
7/25/24, 4:18 PM Award Report | VendorLink
https://www.myvendorlink.com/external/award?s=152477&i=82 2/2 7
Awarded Vendor Ac ve on Contract Sales Contact Email City State Phone Number
ACF Standby Systems Equipment Carlos Acetuno C.Aceituno@acfpower.com Tampa FL (407) 450-5393
Alamo Group Texas LLC Equipment bids@alamo-group.com Seguin TX (830) 372-9637
All Roads Kenworth, LLC.Equipment Michael Crawford mcrawford@allroadstrucks.com Dundalk MD (352) 427-5462
All Roads Kenworth, LLC.Heavy Trucks & Buses Michael Crawford mcrawford@allroadstrucks.com Dundalk MD (352) 427-5462
All Traffic Solu ons, Inc.Equipment Dan Hanrahan dhanrahan@alltrafficsolu ons.com Chan lly VA (571) 339-3610
Alligator Alley Harley-Davidson
Pursuit, Administra ve,
& Other Vehicles Stephen O on stepheno@alligatoralleyharley.com Sunrise FL (954) 793-5167
Alta Construc on Equipment Florida, LLC Equipment Kevin Gray kgray@altaequipfl.com Tampa FL (813) 391-8159
Ameri-Recrea onal Sports, LLC Equipment Tom Bond tbond@arspowersports.com Okeechobee FL (863) 467-0900
Aramsco, Inc. (formerly Striping Service and Supply)Equipment Mike Caffrey mcaffrey@aramsco.com Radnor PA (352) 263-0646
ARI Phoenix, Inc.Equipment Tekla Goodwin teklagoodwin@ari-hetra.com Sharonville OH (513) 229-3750
ATMAX Equipment Co.Equipment Anne Gilkerson anneg@mowermax.com Tampa FL (813) 634-1111
Bachrodt FT, LLC dba Palme o Ford of Miami Heavy Trucks & Buses Charlie Rodgers crodgers@palme ofordtrucks.com Miami FL (305) 470-1334
Bachrodt FT, LLC dba Palme o Ford of Miami Charlie Rodgers crodgers@palme ofordtrucks.com Miami FL (305) 470-1334
BBA PUMPS Equipment Jus n Booth jbooth@bbapumps.com North Charleston SC (843) 849-3676
Beck Chrysler Dodge Jeep Equipment contrac nfo@beckfleet.com palatka FL (386) 937-9394
Bozard Ford Jeff Young jyoung@bozard.com St. Augus ne FL (312) 213-3336
Bozard Ford *Heavy Trucks & Buses Jeff Young jyoung@bozard.com St. Augus ne FL (312) 213-3336
Broyhill Equipment LLC Heavy Trucks & Buses Tammy Steemken accoun ng@broyhill.com Dakota City NE (402) 987-3412
Bush Hog LLC Equipment Jill Sandidge jill@manufacturerssolu onsteam.com Selma AL (334) 874-2700
Carswell Distribu ng Company Equipment Andrew Moss amoss@carswelldist.com Winston-Salem NC (678) 951-5732
Cer fied Li Installa on & Maintenance Corp Equipment Paul Stern PJSTERN@LIFTNOW.COM Yorktown Heights NY (914) 424-3479
Container Systems & Equipment Co., Inc.Equipment William Young byoung@containersys.com Daytona Beach FL (386) 253-5555
Container Systems & Equipment Co., Inc.Heavy Trucks & Buses William Young byoung@containersys.com Daytona Beach FL (386) 253-5555
Crimson Technology Products, LLC Equipment Stacia Certer scarter@crimsontechnologyproducts.com Apopka FL (407) 494-4435
Crystal Tractor, LLC (formerly Ridge Equipment)Equipment Sco Bradley Sebring FL (863) 382-4157
Cumberland Interna onal Trucks of Florida Heavy Trucks & Buses Chuck Calhoun ccalhoun@cl e.com Orlando FL (407) 849-6440
DD Dannar Inc IN
DeLand Truck Center, Inc.Equipment Howard Williams howard@delandtruckcenter.com DeLand FL (386) 734-8740
DeLand Truck Center, Inc.Heavy Trucks & Buses Howard Williams howard@delandtruckcenter.com DeLand FL (386) 734-8740
Dobbs Equipment, LLC Equipment Tim Kern mothy.kern@dobbsequipment.com Fort Myers FL (404) 472-7034
Equipment Barry Hanson barry.hanson@doosan.com West Fargo ND (701) 241-8793
Duke Equipment, Inc Equipment SteveR@floridaforkli .com Tampa FL (813) 422-0462
Duval Ford LLC Heavy Trucks & Buses Richard Tacke richard.tacke @duvalfleet.com Jacksonville FL (904) 388-2144
Duval Ford LLC Richard Tacke richard.tacke @duvalfleet.com Jacksonville FL (904) 388-2144
EFE, INC Equipment Clint Vaughn cvaughn@evergladesfarmequipment.com Wellington FL (561) 897-0693
Embankscape Equipment LLC Equipment Jessica Korthals jkorthals@rcmowersus.com Suamico WI (480) 848-8904
Pursuit, Administra ve,
Pursuit, Administra ve,
Electric Vehicle Charging
Doosan Bobcat North America dba Bobcat Company
Pursuit, Administra ve,
sco .bradley@crystaltractor.com
Ma Meyer (574) 329-9768mmeyer@dannar.us.com Muncie
8
Awarded Vendor Ac ve on Contract Sales Contact Email City State Phone Number
Emergency Vehicles, Inc. (EVI)Lee Po er
Energreen America Inc Equipment Larry Katzer larry.katzer@energreenamerica.com Aiken SC (706) 724-4739
Environmental Products Group, Inc.Equipment Chris Haase chaase@myepg.com Apopka FL (407) 798-0004
ETR, L.L.C.Jerry Michaluk
ETR, L.L.C.Jerry Michaluk Altamonte Springs FL (407) 339-6737
Evervac Equipment Equipment Austen Evere Tampa FL (352) 213-7675
Excellance, Inc Chris na Biller
Federal Contracts Corp Equipment info@federalcontractscorp.com Tampa FL (813) 631-0000
Florida Coast Equipment, Inc.Equipment Joe Moreno jmoreno@floridacoasteq.com West Palm Beach FL (561) 209-2705
Florida Kenworth, LLC Heavy Trucks & Buses Ryan Van Wolvelaere ryan.vanwolvelaere@csmtruck.com Orlando FL (407) 864-7071
Florida Kenworth, LLC Heavy Trucks & Buses George Crawford george.crawford@csmtruck.com Orlando FL (407) 864-7071
Florida Kenworth, LLC Heavy Trucks & Buses Sarah Bielinski Sarah.Bielinski@csmtruck.com Orlando FL (813) 426-6643
Florida Transporta on Systems, Inc.Heavy Trucks & Buses Robert Frick rfrick@ s4buses.com Tampa FL (813) 980-0174
Garber Chevrolet Buick GMC, Inc.Dan Drake Green Cove Springs FL (904) 264-2442
Garber Chrysler Dodge Truck, Inc.Dan Drake Green Cove Springs FL (904) 264-2443
Garber Ford Inc Dan Drake Green Cove Springs FL (904) 264-2444
GATORMOTO UTILITY VEHICLES AND MORE LCC Bre Jackrel
General Motors Energy LLC Aida Rodrigues MI (585) 303-6601
Genserve LLC Equipment Rachel Spence rspence@genserveinc.com Coral Springs FL (954) 909-2851
Genset Services, Inc.Equipment Ma Palmer mpalmer@gensetservices.com Pompano Beach FL (954) 956-9252
Glade & Grove Supply Co LLC Equipment Cody Miller Immokalee FL
Gravois Aluminum Boats, LLC DBA Metal Shark Boats Dean Jones
Great Southern Equipment (Company)Equipment Ray Ferwerda rferwerda@gsequipment.net Tampa FL (813) 248-4971
Green Thumb Palm Beach Equipment jmiller@greenthumbpalmbeach.com West Palm Beach FL (561) 333-2355
HD Hyundai Infracore North America LLC Equipment Randy Shearin randy.shearin@hhi-di.com Suwanee GA (678) 714-6660
Holland Pump Company Equipment eugene@hollandpump.com West Palm Beach FL (561) 697-3333
Humdinger Equipment, Ltd.Equipment Chad Phares chad@humdingerequipment.com Lubbock TX (806) 771-9944
Hydra Service (S), Inc.Equipment kheller@hydraservice.net Debary FL (407) 625-1388
DE (805) 452-1347
Industrial Truck & Equipment, LLC Equipment ap-warranty@tampacrane.com Tampa FL (813) 246-5510
Industrial Truck & Equipment, LLC Equipment BLAKE@TRUCKSANDPARTS.COM Tampa FL (813) 247-6637
Innova ve Equipment Services 2 LLC Equipment Adam Stegeman Hialeah Gardens FL (813) 528-2872
Innova ve Equipment Services 2 LLC Equipment Todd Kundinger Hialeah Gardens FL (239) 220-4307
Jet-Vac Equipment Company, LLC Equipment hilary@jet-vac.com Sumter SC (803) 494-4430
JOBBERS EQUIPMENT WAREHOUSE INC Equipment SUPPORT@JOBBERSMIAMI.COM Miami FL (305) 592-8730
K&K Systems, Inc.Equipment Wayne Kasal wkasal@k-ksystems.com Blu on SC (662) 372-0164
Kelly Tractor Co Equipment Greg Benne greg_benne @kellytractor.com Miami FL (305) 592-5360
Kenworth of Jacksonville Heavy Trucks & Buses Ed Costello edcostello@kwjax.com Jacksonville FL (904) 739-2296
Fire & Rescue Vehicles,
Fire & Rescue Vehicles,
Pursuit, Administra ve,
Fire & Rescue Vehicles,
Pursuit, Administra ve,
Pursuit, Administra ve,
Pursuit, Administra ve,
Fire & Rescue Vehicles,
Electric Vehicle Charging
Fire & Rescue Vehicles,
Electric Vehicle Charging
lee@evi-fl.com
jerry@etrllc.org
jerry@etrllc.org
chris na@excellance.com
bjackrel@motoelectricvehicles.com
aida.rodrigues@gm.com
djones@metalsharkboats.com
laura.rivas@inchargeus.com
Aevere @Evervacfl.com
ddrake@garberautomall.com
ddrake@garberautomall.com
ddrake@garberautomall.com
Detroit
Dover
adam.stegeman@casepowered.com
todd.kundinger@casepowered.com
cmiller@gladeandgrove.com (407) 873-3422
InCharge Energy, Inc.Laura Rivas
9
Awarded Vendor Ac ve on Contract Sales Contact Email City State Phone Number
Knapheide Truck Equipment Center Equipment TREID@KNAPHEIDE.COM Orlando FL (727) 710-0042
Linder Industrial Machinery Equipment Lance Boutcher Lance.Boutcher@Linder.com Orlando FL (407) 849-6560
Love Power Equipment, Inc Equipment Ed Gurry ed.gurry@lovepowerequipment.com Homosassa FL (352) 388-7900
Matheny Motor Truck Co. dba Matheny Fire &Emergency Dee Daniels (352) 629-6305
Ma hews Bus Alliance Inc.Heavy Trucks & Buses Glenn Ma hews bids@ma hewsbusesflorida.com Orlando FL (407) 717-3736
McKibben Motorsports LP, Inc Equipment Daniel Tamme Lake Wales FL (863) 675-1464
McKibben Motorsports, Inc Equipment Daniel Tamme Lake Wales FL (863) 675-1464
McKibben Powersports, Inc Equipment Daniel Tamme Lake Wales FL (863) 675-1464
Menzi USA Sales, INC.Equipment sales@menziusa.com Lakeland FL (863) 603-7979
Mersino Dewatering Equipment Jed Church jed.church@mersino.com Lakeland FL (813) 625-7332
Mid Florida Diesel, Inc Equipment joe@midfloridadiesel.com Bartow FL (863) 519-0107
Model 1 Commercial Vehicles Heavy Trucks & Buses Nick Corley biddepartment@crea vebussales.com Chino CA (678) 428-3356
Mullinax Ford of Central Florida Jim Finchen jfinchen@mullinaxford.com Apopka FL (407) 889-7600
MWI pumps Equipment garye@mwipumps.com Ft Lauderdale FL (954) 635-7291
Nacarato Trucks General Partnership Heavy Trucks & Buses Pa on Ahumada pa on.ahumada@nacarato.com West Palm Beach FL (561) 406-7214
Na onal Equipment Dealers, LLC Equipment swoody@nedealers.com Lexington NC (919) 291-5737
Na onal Li Truck Service Equipment Istvan Gerlach igerlach@nltsuperstore.com Pompano Beach FL (754) 224-9100
Na onwide Haul, LLC Equipment Pablo Rodriguez pablo@na onwidehaul.com Pompano Beach FL (305) 632-1017
Nextran Truck Centers Heavy Trucks & Buses Anthony Abatecola aabatecola@nextranusa.com Jacksonville FL (954) 793-7010
North America Fire Equipment Company, Inc.Doris Thrasher
Orlando Freightliner Heavy Trucks & Buses Bob Scharpnick bscharpnick@orlandofreightliner.com Apopka FL (407) 295-3846
PACE Inc.Equipment jasonf@pacelink.com Lakeland FL (813) 748-1538
Pantropic Power Equipment Greg Benne greg_benne @pantropic.com Miami FL (305) 592-4944
Pat`s Pump & Blower Equipment patspump@aol.com Orlando FL (407) 841-7867
Peterson`s Harley-Davidson of Miami LLC Ccoor Torrence christyt@petersonsharley.com Miami FL (305) 651-4811
Phoenix Motorcars Leasing LLC Heavy Trucks & Buses Jose Paul elenac@phoenixmotorcars.com Anaheim CA (909) 987-0815
PowerFlex CA (914) 539-0707
Powerpump LLC FL (786) 236-0676
Rech en Interna onal Trucks Equipment Carlos Curlin ccorrea@rech en.com Miami FL (954) 957-8390
Rech en Interna onal Trucks Heavy Trucks & Buses Carlos Curlin ccorrea@rech en.com Miami FL (954) 957-8390
Recon Power Bikes Chris Warren chris@reconpowerbikes.com Fort Wayne IN (888) 485-2589
Rhino Ag LLC Equipment Eric Schardt eschardt@rhinoag.com Gibson City IL (217) 200-9452
Right Trailers, Inc.Equipment Tommy Williams twilliams@righ railers.com Lakeland FL (863) 608-0106
Ring Power Corpora on Equipment Sarah Griffith sarah.griffith@ringpower.com Jacksonville FL (904) 737-7730
Ring Power Corpora on Jay Lusk
Rush Truck Centers of Florida, Inc.Heavy Trucks & Buses Wade Bosarge canadinep@rushenterprises.com Tampa FL (813) 559-2324
SBL Freightliner, LLC Heavy Trucks & Buses Donald Maher dmaher@freightlinerfl.com Pompano Beach FL (954) 545-1017
Seminole Toyota Sam Bunte sbunte@vtaig.com Sanford FL (407) 302-8863
Fire & Rescue Vehicles,
Pursuit, Administra ve,
Fire & Rescue Vehicles,
Pursuit, Administra ve,
Electric Vehicle Charging
Electric Vehicle Charging
Pursuit, Administra ve,
Fire & Rescue Vehicles,
Pursuit, Administra ve,
Dee Daniels <DDaniels@mathenyfire.com>
doris.thrasher@nafeco.com
jay.lusk@ringpower.com
daniel.tamme@mckibbencorp.com
daniel.tamme@mckibbencorp.com
daniel.tamme@mckibbencorp.com
david.dropkin@powerflex.com San Diego
ben@powerpump.com Doral
David Dropkin
Ben Yahia
10
Awarded Vendor Ac ve on Contract Sales Contact Email City State Phone Number
South Florida Emergency Vehicles LLC.Kevin Burke
Southern Sewer Equipment Sales Equipment info@southernsewer.com Fort Pierce FL (772) 595-6940
Southern States ToyotaLi Equipment Shane Polson spolson@sstli .com Jacksonville FL (904) 588-8857
Southern States ToyotaLi Heavy Trucks & Buses Shane Polson spolson@sstli .com Jacksonville FL (904) 588-8857
Starke Motorcars, LLC Richard Tacke richard.tacke @duvalfleet.com Starke FL (904) 388-2144
Step One Automo ve (Ford Crestview)Eric Jore ejore@steponeauto.com Crestview FL (407) 234-5116
Step One Automo ve Group Eric Jore ejore@steponeauto.com Crestview FL (407) 234-5116
S ngray Chevrolet Peter Popiel magicpeterfleet@gmail.com Plant City FL (407) 221-7600
Sun State Interna onal Trucks Heavy Trucks & Buses David Metcalf dave.metcalf@sunstateintl.com Tampa FL (813) 621-1331
Tampa Truck Center Heavy Trucks & Buses Sco Endris sendris@southpor ruck.com Tampa FL (813) 293-0866
Tampa Truck Center Sco Endris sendris@southpor ruck.com Tampa FL (813) 293-0866
Taylor Power Systems, Inc.Equipment toddj@taylorpower.com Clinton MS (251) 504-1063
Ten-8 Fire & Safety, LLC Heavy Trucks & Buses Blake Ebben cmorgan@ten8fire.com Bradenton FL (941) 756-7779
Ten-8 Fire & Safety, LLC (Ambulances)Cindy Morgan (941) 756-7779
Ten-8 Fire & Safety, LLC (Fire)Blake Ebben (941) 756-7779
Terradyne Armored Vehicles Inc.Heavy Trucks & Buses Lucus Witzke lucus.witzke@terradyneinc.com Newmarket ON (905) 895-1010
Terry Taylor ’s DeLand Nissan, Inc.Howard Williams howardwilliams@cfl.rr.com DeLand FL (386) 734-3003
Texas Trailers Sales and Service Equipment Rick Cro rick@texastrailersfl.com Gainesville FL (352) 378-4756
Texas Underground Equipment stan@pipehunter.com Pearland TX (281) 485-9513
The Peterbilt Store South Florida LLC Heavy Trucks & Buses Andy Hallums ahallums@thepetestore.com Ft Lauderdale FL (954) 584-3200
Thompson Pump & Manufacturing Company Inc.Equipment dperry@thompsonpump.com Port Orange FL (386) 767-7310
Tom Evans Environmental, Inc.Equipment ds@tomevans.com Lakeland FL (863) 619-3789
Tradewinds Power Corp.Equipment Bill Fenner bfenner@tradewindspower.com Miami FL (225) 360-5009
Tradewinds Power Corp.Equipment Paul Staples pstaples@tradewindspower.com Miami FL (800) 223-3289
Treaty Oak Outdoors LLC Richard Tacke Richard.tacke @treatyoakcycle.com Jacksonville FL (904) 343-6266
TRUCKMAX ISUZU Heavy Trucks & Buses Guillermo Chez MYTRUCKS101@GMAIL.COM Homestead FL (305) 777-9000
TRUCKMAX, INC.Heavy Trucks & Buses Guillermo Chez GCHEZ@TRUCKMAX.COM Miami FL (305) 720-4501
Truckworx Kenworth Heavy Trucks & Buses Rebecca Herrington rebeccac@truckworx.com Defuniak Springs FL (601) 260-2999
Verdek LLC CT
Vermeer Southeast Sales Equipment Mark Miller markmiller@vermeersoutheast.com Orlando FL
Ve ed Security Solu ons Equipment lhipskind@ve edsecurity.com St. Petersburg FL
Voltrek LLC WI
Warren Equipment Inc Equipment rflavin@warrentrailers.com Plant City FL
WastewaterSolu ons,LLC Equipment ma as@wws-llc.com BocaRaton FL (646) 765-3799
Xylem Dewatering Solu ons, Inc.Equipment FL
Zaba Power Systems Equipment FL
Fire & Rescue Vehicles,
Pursuit, Administra ve,
Pursuit, Administra ve,
Pursuit, Administra ve,
Pursuit, Administra ve,
Pursuit, Administra ve,
Fire & Rescue Vehicles,
Fire & Rescue Vehicles,
Pursuit, Administra ve,
Pursuit, Administra ve,
Electric Vehicle Charging
Electric Vehicle Charging
kburke@sflev.com
cmorgan@ten8fire.com
bebben@ten8fire.com
dadleman@voltrek.com
Guy Mannino (706) 409-3995
David Adleman (978) 378-0910
Glenda Young
Jeff Burke
gmannino@verdek.com Monroe
Manitowoc
glenda.young@xyleminc.com Lakeland
jeff.burke@zaba .com Jacksonvile
* Indicates vendor is not a federal or state grant par cipant.
11
ACX64 Class 8
Model Year 2026
Palmetto Ford of Miami
NA
Saturday, July 13, 2024 8:52:39 AM EST
Prepared By :David Ygelsias
david@palmettotruck.net
Prepared For :STEVEN KULICK
CITY OF SOUTH MIAMI
12
Table of Contents
Chassis Specification . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . page 3
Dimensions . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . page 11
Turning Radius . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . page 12
Shift Chart . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . page 13
Operating Range . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . page 14
Gradeability . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . page 15
Startability . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . page 16
Top Speed . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . page 17
GAWR, GVWR & Tire Pressure . . . . . . . . . . . . . . . . . . . . . . . page 19
Prepared By David Ygelsias
Quote Id : QA71QHQTS
Quote Number : Q0050701
Model : 2026 - ACX64 Class 8
Prepared For Steven Kulick
City of South Miami
Price Level : 202403012026A Saturday, July 13, 2024
8:52:39 AM EST
Page 2 of 19 13
Chassis Specification 07/13/2024
Description Front Weight Rear Weight
AUTOCAR TRUCKS
O ENG0001 ENGINEERING GROUP
IDENTIFIER
AUTOCAR ENGINEERING 0 0
S 0040002 MODELS ACX64 10,431 6,154
O 5000002 CAB SHELL SINGLE RIGHT HAND DRIVE
CAB
0 0
O 100U001 CUSTOMER TYPE MUNICIPAL 0 0
VEHICLE ADAPTATION
S 114010 COUNTRY OF USE UNITED STATES STD
MARKET ADAPTATION
0 0
O C03500 TERRITORY EPA 0 0
SOLUTION
O C04012 BODY COMPANY NEW WAY 0 0
O C02004 BODY TYPE AUTOMATED SIDE LOADER 0 0
S C070001 FUEL SYSTEM TYPE DIESEL 0 0
O C003020 TRUCK TYPE (WRENCH
CODE)
ASL, NEW WAY
SIDEWINDER, WB225, NO
AUX AXLE, DSL
0 0
O C06706 BODY STYLE NEW WAY SIDEWINDER 0 0
O C05033 TOTAL BODY CAPACITY -
BODY/HOPPER
33 YARD 0 0
S C090003 AXLE QUANTITY 3 AXLE 0 0
S C080001 REAR SUSPENSION TYPE STD/BEAM TYPE REAR
SUSPENSION
0 0
O C01004 APPLICATION REFUSE - TRANSFER
STATION
0 0
O C11006 BODY COMPANY SERVICE
OPTION
CONTAINER DUMP 0 0
O D010200 FRONT GAWR 20000 LBS 0 0
O D020460 REAR GAWR 46000 LBS 0 0
O D100660 GVWR 66000 LBS 0 0
ENGINE
S 1012102 ENGINE ASSY L9, 360HP / 2200RPM / 1150 LB-
FT, CUMMINS
0 0
O 972A1000 SPECIAL EMISSION
CERTIFICATION LABELS
EPA CLEAN IDLE LABEL
(DIESEL)
0 0
S 9722025 CERTIFICATION-
EMISSIONS
MY2025 ENGINE 0 0
S 972B001 LEGACY ENGINE VOLUME
PENALTY
NO PENALTY 0 0
S 4460001 FUEL TYPE ULTRA-LOW SULPHUR
DIESEL FUEL REQUIRED
0 0
Prepared By David Ygelsias
Quote Id : QA71QHQTS
Quote Number : Q0050701
Model : 2026 - ACX64 Class 8
Prepared For Steven Kulick
City of South Miami
Price Level : 202403012026A Saturday, July 13, 2024
8:52:39 AM EST
Page 3 of 19 14
ENGINE EQUIP
S 128071 ENGINE CONTROL
SPECIFICATIONS
DEFAULT SPECS 0 0
S 1290004 ENGINE ELECTRONICS CUMMINS 500K
COMMUNICATION
0 0
S 4382005 FILTER-FUEL, CHASSIS
MOUNTED
FLEETGUARD FS20121 F/W
SEPARATOR W/PROBE AND
DASH LIGHT
0 0
S 1700001 FILTER-FUEL, ENGINE
MOUNTED
SECONDARY SPIN-ON
FILTER, REMOTE MTD.
0 0
S 2080001 FAN & DRIVE-ENGINE 2-SPEED FAN 0 0
S 2120003 RADIATOR SURGE TANK STANDARD SURGE TANK W/
SIGHT GLASS
0 0
S 2200001 AIR CLEANER 15" ONE STAGE EPG
CLEANER DONALDSON
0 0
S 226001 AIR INTAKE RAIN CAP BLACK, HOOD TYPE 0 0
O 2302001 MUFFLER SYSTEM LH VERT HORIZ DPF/SCR 0 0
S 2310003 EXHAUST SHIELDS DPF & SCR SHIELDS 0 0
S 2322001 EXHAUST STACKS 90 DEGREE SIDE OUT
DIFFUSER
0 0
O 234001 EXHAUST RAIN CAP SINGLE 1 0
S 115A200 TURBO HEAT SHIELD TURBO HEAT SHIELD 0 0
S 2390002 UREA DELIVERY SYSTEM OVER-FENDER MTD., LH
SIDE, 10 GAL. CAPACITY
0 0
S 5300001 ENGINE/EXHAUST COVER ALUM TURBO/EXHAUST PIPE
DEBRIS SHIELD
0 0
S 700026 AIR COMPRESSOR CUMMINS WABCO 18.7 CFM
COMPRESSOR
0 0
S 8200003 STARTING MOTOR DELCO REMY 12V 39 MT
W/OCP
0 0
S 8020004 ALTERNATOR DELCO REMY 36SI 12V 160
AMP
13 0
S P020001 ENGINE IDLE SHUT DOWN ENGINE IDLE SHUT DOWN
ENABLED ( 5 MINUTES )
0 0
S P030001 CRUISE CONTROL
PARAMETER
CRUISE CONTROL ENABLED 0 0
S P630006 MAX VEHICLE SPEED -
PTO MODE
MAX VEHICLE SPEED IN PTO
MODE = 6 MPH
0 0
S P641200 RPM PTO MODE 1200 RPM MAX IN PTO 0 0
S P701200 PTO SET SWITCH PTO SET SWITCH = 1200 RPM 0 0
S P711000 PTO RESUME SWITCH PTO RESUME SWITCH = 1000
RPM
0 0
S 204B001 COOLANT HOSE HEAT
SLEEVE
STANDARD HEAT SLEEVE 0 0
S P010065 VEHICLE GOVERNED
SPEED LIMIT
SPEED LIMIT 65MPH 0 0
TRANSMISSION
S 2580003 VOCATION RDS REFUSE - VOC 400-XXX 0 0
Prepared By David Ygelsias
Quote Id : QA71QHQTS
Quote Number : Q0050701
Model : 2026 - ACX64 Class 8
Prepared For Steven Kulick
City of South Miami
Price Level : 202403012026A Saturday, July 13, 2024
8:52:39 AM EST
Page 4 of 19 15
O 2690025 CONTROL MODULE
(ELECT)
REFUSE W / AUTO NEUTRAL
& SERVICE BRAKE VP168 -
SECOND GEAR LIMIT RHS
0 0
S 26A0001 TRANSMISSION SHIFT
SCHEDULE / FUEL SENSE
PRIMARY PERFORMANCE /
SECONDARY ECONOMY
0 0
S PT10001 TRANS DIRECTION
CHANGE SHIFT INHIBIT
SHIFT INHIBIT ENABLED 0 0
S 27P0000 TRANSMISSION
RETARDER AUDIBLE
ALARM
NO TRANSMISSION
RETARDER AUDIBLE ALARM
0 0
O 2700028 TRANSMISSION ALLISON 4500 SERIES,6-
SPEED
384 59
S 287A200 TRANSMISSION
BREATHER
TRANSMISSION REMOTE
BREATHER
0 0
S 284016 TRANSMISSION
CONTROLS
ALLISON PUSHBUTTON
CONTROLS
0 0
S 286005 COOLER-TRANSMISSION
OIL
OIL TO WATER TYPE 0 0
S 290003 TRANSMISSION OIL
FILL/CHECK
OIL FILL TUBE / DIPSTICK W/
LEVEL SENSOR
0 0
O 300013 DRIVESHAFT-MAIN SPICER 1810HD HALF ROUND 5 10
O 3170007 PTO-TRANSMISSION
MOUNTED
CHELSEA 890 / 897 PTO
CLEARANCE (PREP ONLY)
5 0
FRONT AXLE
S 3700002 FRONT AXLE MERITOR MFS-20 STEER
AXLE, 20000# CAPACITY
0 0
S 3690005 FRONT AXLE POSITION 52.5 INCHES 0 0
S 371135 FRONT SUSPENSION 9500 LOW CAMBER
FLATLEAF 20,800 GROUND
CAPACITY
0 0
S 371T98 SUSPENSION, FRONT AUX NO AUX LOAD CUSHION
PROVIDED
0 0
S 373002 SHOCK ABSORBERS-
FRONT
DOUBLE ACTING SINGLE -
HEAVY DUTY
0 0
S 904011 HUBS-FRONT STEEL HUB PILOTED,285MM
BOLT CIRCLE
0 0
S 9400001 WHEEL OIL SEALS-FRONT SCOTSEAL PLUS XL 0 0
S 9210001 HUB CAPS - FRONT AXLE CR ZYTEL HUBCAP 0 0
S 374002 FRONT AXLE LUBRICANT SYNTHETIC,DANA SPICER
EP75W90,OR EQUIV
0 0
S 7510003 BRAKES-FOUNDATION,
FRONT AXLE
MERITOR 16.5X6 QP 0 0
S 754009 BRAKE SLACK ADJUSTERS
-FRONT AXLE
MERITOR AUTOMATIC 0 0
S 755001 DUST SHIELDS - FRT
BRAKES
DUST SHIELDS - FRONT
BRAKES
0 0
S 901001 BRAKE DRUM-FRONT CAST IRON 0 0
O 383107 STEERING GEAR INTEGRAL POWER STEERING
W/LEFT HAND RAM
0 0
Prepared By David Ygelsias
Quote Id : QA71QHQTS
Quote Number : Q0050701
Model : 2026 - ACX64 Class 8
Prepared For Steven Kulick
City of South Miami
Price Level : 202403012026A Saturday, July 13, 2024
8:52:39 AM EST
Page 5 of 19 16
S 387003 POWER STEERING
RESERVOIR
FOUR QUART REMOTE
MOUNTED
0 0
REAR AXLE
O 330444 REAR DRIVE AXLE-SINGLE
& TANDEM
MERITOR RT46-160 46,000 LB 0 430
S 330U98 REAR AXLE LUBE PUMP NO LUBRICATION PUMP 0 0
O 331563 REAR DRIVE AXLE RATIO 5.63 0 0
O 3502011 REAR SUSPENSION HENDRICKSON HMX-EX-460
SUSPENSION @ 54" AS
0 0
S 351013 REAR SUSPENSION BEAMS 54 INCH STEEL RUBBER
BUSHED
0 0
S 358005 TORQUE RODS LONGITUDINAL &
TRANSVERSE - RUBBER
BUSHED
0 0
O 359001 SHOCK ABSORBERS-REAR 4 SHOCK ABSORBERS
HENDRICKSON SUSPENSION
0 31
S 9130001 HUBS-REAR IRON HUB, HP 10 STUD 0 0
S 3400001 REAR AXLE BREATHER STANDARD AXLE BREATHER 0 0
S 9410001 WHEEL OIL SEALS-REAR SCOTSEAL PLUS XL 0 0
O 7610001 BRAKES-FOUNDATION,
REAR AXLE
MERITOR 16.5X8.62" QP
REFUSE BRAKE
0 42
S 764013 BRAKE SLACK ADJUSTERS
-REAR AXLE
MERITOR
AUTOMATIC,TANDEM AXLE
0 0
S 765001 DUST SHIELDS - REAR
BRAKES
DUST SHIELDS - REAR
BRAKES
0 0
S 781012 BRAKE CHAMBERS-
PARKING, TYPE/VENDOR
CAM TYPE MGM STOPGARD
(4)
0 0
S 910001 BRAKE DRUM-REAR CAST IRON 0 0
BRAKES
S 729002 AIR LINES-PARKING
BRAKE, CHASSIS
AIR LINES CHASSIS PARK
BRAKE
0 0
S 7412006 BRAKE CONTROL SYSTEM WABCO ABS 6S6M W/PLC
AND ATC MOUNTED IN CAB
0 0
CHASSIS
O 400225 WHEELBASE 225 INCHES 26 31
O 4020605 FRAME-REAR OVERHANG 60.5"0 0
S 403012 FRAME RAILS 3/8" VARIABLE DROP STEEL,
EXT B
0 0
O 404002 FRAME REINFORCEMENT
INNER
.25" LINER, STANDARD
LENGTH
150 0
S 406001 FRAME-REAR CUT-OFF STRAIGHT 0 0
S 4070004 FRAME-FRONT
EXTENSION
ACX STANDARD FRONT END 0 0
S 409002 FRAME CROSSMEMBER-
CENTER
ALUMINUM ORIENTATION B 0 0
S 4110002 FRAME CROSSMEMBER-
END CLOSING
ALUMINUM MEMBER-IF
REQUIRED
0 0
Prepared By David Ygelsias
Quote Id : QA71QHQTS
Quote Number : Q0050701
Model : 2026 - ACX64 Class 8
Prepared For Steven Kulick
City of South Miami
Price Level : 202403012026A Saturday, July 13, 2024
8:52:39 AM EST
Page 6 of 19 17
S 460001 BUMPER-FRONT STEEL PAINTED 0 0
O 4682000 GUARD-OIL PAN ENGINE OIL PAN GUARD -
STEEL
0 0
S 480002 TOWING DEVICE-FRONT TWO REMOVABLE TOW PINS 0 0
S 8742000 WIRING, BODY
INTERFACE
RP 170 COMPLIANT 0 0
S 430020 FUEL TANK-LEFT 75 GAL 26" DIA UNPAINTED
ALUMINUM
0 0
O 4470004 LH FUEL TANK SPACERS LH FUEL TANK SPACED 2",
DROPPED 4"
7 5
S 432002 FUEL TANK STRAP/
SUPPORT LEFT
PAINTED STEEL, LH 0 0
O 4280003 DRILLING FUEL TK SUPT-
LEFT
FUEL TANK LHS LOCATION -
SPEC DRIVEN
0 0
S 436015 FUEL LINES SAE J1402A1 WIRE BRAIDED 0 0
S 8120007 BATTERY BOX STEEL BOX W/ ALUM LID, 3
BATTERY, LHS
-10 0
O 8160013 BATTERY BOX SPACERS BATTERY BOX SPACED 2",
DROPPED 0" ON SPACERS
WITH SPACERS DROPPED
ADDITIONAL 2"
0 0
O 8090003 BATTERY BOX DRILLING BATTERY BOX LOCATION -
SPEC DRIVEN
0 0
S 810089 BATTERY 3 JOHNSON CONTROL 31ECL
12V 2250CCA
0 0
O 8140004 BATTERY SHUT-OFF
SWITCH
SHUTOFF W/LOCKOUT IN
OFF ONLY, NO EMERGENCY
JUMPER STUDS
0 0
S 7110001 AIR TANK-BRAKE STEEL AIR TANKS 0 0
O 7090003 AIR TANK DRILLING AIR TANKS LOCATION SPEC
DRIVEN
0 0
S 7152000 WET TANK DRAIN WABCO DV-2 AUTOMATIC 0 0
S 715T003 AIR RESERVOIR DRAIN
SYSTEM
CENTRAL MANIFOLD W/
PETCOCKS
2 2
S 7130001 AIR DRYER WABCO 1800P W/HEAT 0 0
O 7100008 AIR DRYER DRILLING AIR DRYER MTD OUTSIDE
RAIL, RHS, SPEC DRIVEN
0 0
S 724001 AIR LINES-CAB SAE J844 NYLON TUBING 0 0
CAB EXTERIOR
S 4510001 STEP-CAB ACCESS, CAB
MOUNTED
DUAL SELF CLEANING CAB
ENTRANCE STEPS
0 0
S 502001 CAB DOORS STEEL 0 0
S 6220017 MIRRORS-DUAL WEST
COAST
MIRROR, BLACK, HTD,
REMOTE W / LWR HTD
CONVEX
0 0
S 630026 HORN-AIR TWIN MOUNTED UNDER CAB 0 0
S 631001 HORN-ELECTRIC SINGLE 0 0
O 661002 CAB TILT MECHANISM-
C.O.E.
HYDRAULIC TILT WITH AIR
ASSIST
20 0
Prepared By David Ygelsias
Quote Id : QA71QHQTS
Quote Number : Q0050701
Model : 2026 - ACX64 Class 8
Prepared For Steven Kulick
City of South Miami
Price Level : 202403012026A Saturday, July 13, 2024
8:52:39 AM EST
Page 7 of 19 18
S 6720001 GRILLE AUTOCAR GRILLE 0 0
S 675001 BUG SCREENS BUG SCREEN MOUNTED
BEHIND GRILLE
0 0
CAB INTERIOR
S 3800001 STEERING WHEEL 16" DIA. WHEEL, 2 SPOKE 0 0
S 3810002 STEERING COLUMN TILT AND TELESCOPIC
STEERING COLUMN
0 0
S 520234 SEAT-DRIVER NATIONAL CUSH II LOW
BACK, AIR RIDE
0 0
S 521110 SEAT-PASSENGER FIXED TYPE, LOW BACK 0 0
S 5222000 SEAT BELTS-DRIVER THREE POINT
RETRACTABLE, W/O
COMFORT LATCH
0 0
S 5232000 SEAT BELTS-PASSENGER THREE POINT
RETRACTABLE, W/O
COMFORT LATCH
0 0
S 526014 SEAT INSERT BLACK CORDURA 0 0
S 538001 CARPET & MAT MAT WITH FOAM BACK 0 0
S 5500001 CENTER CONSOLE CENTER CONSOLE 0 0
S 5510001 REAR CONSOLE REAR CONSOLE 0 0
S 547001 INSULATION-CAB
THERMAL
THERMAL INSULATION KIT
FOR CAB
0 0
S 5942001 CIGAR LIGHTER ONE (1) POWER PORT AND
ONE (1) USB POWER PORT
0 0
O 8750001 ADDITIONAL ELEC.
SWITCHES
2 DASH SWITCHES, WIRED
TO POWER
1 0
CAB CLIMATE CONTROL
S 0602001 CAB TEMPERATURE
SYSTEM
AIR COND INTEGRAL WITH
HEATER/DEFROSTER (GHG)
0 0
S 6092000 AIR CONDITIONER AIR
INTAKE FILTER
AIR INLET 30 PPI DUST
FILTER
0 0
S 612001 AIR CONDITIONER
CONDENSER
STANDARD (RADIATOR
MOUNTED)
0 0
GAUGES & INSTRUMENTATION
S 0572001 INSTRUMENTS SALES PKG ADVANCED DIAGNOSTIC
DISPLAY - V1
0 0
S 1430001 TRUCK ELECTRICAL
CONTROL MODULE
VEHICLE CONTROL UNIT 0 0
S 1362000 TACHOMETER/RPM
TACHOGRAPH
ELECTRONIC TACHOMETER 0 0
S 1372000 GAUGE-HOURMETER HOURMETER INCLUDED IN
ON BOARD DISPLAY
0 0
S 225009 AIR INTAKE RESTRICTION
INDICATOR
GRADUATED, AIR CLEANER
MOUNTED
0 0
O 3190001 PTO CONTROLS PTO ELECTRIC CONTROL
SWITCH
1 0
S 4390001 GAUGE-FUEL LEVEL ELECTRONIC FUEL LEVEL 0 0
Prepared By David Ygelsias
Quote Id : QA71QHQTS
Quote Number : Q0050701
Model : 2026 - ACX64 Class 8
Prepared For Steven Kulick
City of South Miami
Price Level : 202403012026A Saturday, July 13, 2024
8:52:39 AM EST
Page 8 of 19 19
S 5712003 GAUGE PANELS ALL GAUGES IMPERIAL 0 0
S 1472001 VEHICLE MONITORING
SYSTEM
AUTOCAR ADVANCED
TELEMATICS - FULL
INSTALLATION
0 0
LIGHTING
S 8360003 LAMPS-HEAD LED HEADLAMPS 0 0
S 8410002 LAMPS-TURN SIGNAL -
FRONT
LED FRONT TURN SIGNALS 0 0
S 8510002 LAMPS-MARKER AMBER LED ROOF MARKERS 0 0
S 859001 LAMPS-RUNNING DAYTIME 0 0
S 8700001 CIRCUIT PROTECTION
DEVICE
AUTO CIRCUIT BREAKERS 0 0
RADIO/MISC
S 509001 KEY & LOCK SETS-
IGN/DOORS
DOOR & IGNITION SAME -
UNIQUE PER TRUCK
0 0
S 509Q2000 KEY QTY.0 ADDITIONAL KEYS PER
TRUCK (2 TOTAL)
0 0
S 5902001 RADIO AM/FM/USB/MP3/WB 0 0
O 59A0002 RADIO MOUNTING
LOCATION
RADIO MOUNTED IN RHS
HEADLINER
0 0
S 5910002 ANTENNA/POWER SUPPLY ANTENNA - ROOF MOUNTED 0 0
O 596005 RADIO SPEAKERS 2 DUAL CONE SPEAKERS 0 0
FRONT TIRES / WHEELENDS
O 9312020 TIRE MANUFACTURER &
TREAD - FRONT
GOODYEAR ARMOR MAX
MSA
0 0
O 930821 TIRE SIZE & LOAD RANGE
- FRONT
425/65R22.5L 0 0
O 9050031 WHEELS-DISC FRONT 22.5X12.25" ALUMINUM, 4.68"
INSET, ALCOA
-70 0
O 9240001 WHEEL POLISHING &
BRIGHTWORK-FRONT
AXLE
DURA BRIGHT FINISH 0 0
REAR TIRES / WHEELENDS
S 9342009 TIRE MANUFACTURER &
TREAD - REAR
BRIDGESTONE M870 0 0
O 933469 TIRE SIZE & LOAD RANGE
- REAR
315/80R22.5L 0 0
O 9142001 WHEELS-DISC REAR 22.5X9.0" ALUMINUM, 6.0"
INSET, ALCOA
0 0
O 9250001 WHEEL POLISHING &
BRIGHTWORK-REAR
AXLE
DURA BRIGHT FINISH 0 0
PAINT
S 950001 CAB PAINT SCHEME SINGLE COLOR PAINT 0 0
S 9550001 CAB PAINT TYPE STANDARD WHITE 0 0
Prepared By David Ygelsias
Quote Id : QA71QHQTS
Quote Number : Q0050701
Model : 2026 - ACX64 Class 8
Prepared For Steven Kulick
City of South Miami
Price Level : 202403012026A Saturday, July 13, 2024
8:52:39 AM EST
Page 9 of 19 20
S 9801002 CAB COLOR-FIRST APPROVED -=- DPSS-N0007EX
-=- STANDARD WHITE N0007
0 0
S 9861U1 CHASSIS COLOR BLACK P3036 0 0
S 987949 BUMPER COLOR SAME AS
CHASSIS,UNPAINTED ALUM
OR CHROME
0 0
S 988401 DISC WHEEL OR RIM
COLOR
STEEL, E-COAT WHITE /
ALUM-UNPAINTED
0 0
ADDITIONAL OPTIONS
S 899002 CHASSIS WARRANTY STANDARD WARRANTY 0 0
O 899A203 TRANSMISSION
WARRANTY
ALLISON 5YR. EXT
WARRANTY
0 0
O 899B511 ENGINE WARRANTY 2025 L9_EPA_PD1_5 Years /
150,000 Miles_PP1_Matrix: ????
0 0
O 899K530 EXHAUST
AFTERTREATMENT
EXTENDED WARRANTIES
2025 L9_EPA_AT3_5 Years /
150,000 Miles_Matrix: ????
0 0
S 978015 FLOOR PLAN 15 DAYS FLOORING 0 0
OTHERS
S 9722025 CERTIFICATION-
EMISSIONS
MY2025 ENGINE 0 0
SUB TOTALS
BASE WEIGHT 10,431 6,154
FACTORY OPTION WEIGHT 535 583
DISTRIBUTOR OPTION
WEIGHT
0 0
TOTALS
TOTAL WEIGHT (LB)10,966 6,737 17,703
Prepared By David Ygelsias
Quote Id : QA71QHQTS
Quote Number : Q0050701
Model : 2026 - ACX64 Class 8
Prepared For Steven Kulick
City of South Miami
Price Level : 202403012026A Saturday, July 13, 2024
8:52:39 AM EST
Page 10 of 19 21
07/13/2024
Dimensions
Dimension(in)Description
A 59.00 CAB HEIGHT
B 62.00 BUMPER TO BACK OF CAB
C 95.00 EFFECTIVE BUMPER TO BACK OF CAB
D 356.50 OVERALL LENGTH
E 261.50 EFFECTIVE CAB TO END OF FRAME
F 201.00 EFFECTIVE CAB TO REAR AXLE
G 41.65 UNLADEN FRAME HEIGHT
H 60.50 OVERHANG
I 225.00 WHEELBASE
J 71.00 BUMPER TO FRONT AXLE
K -24.00 DRIVER CENTER OF GRAVITY
L 24.00 EFFECTIVE FRONT AXLE TO BACK
M 100.65 OVERALL HEIGHT
N 0.00 FRONT FRAME EXTENSION
SPECIFICATION SUMMARY
Model ACX64 Class 8
Engine L9, 360HP / 2200RPM / 1150 LB-FT, CUMMINS
Transmission ALLISON 4500 SERIES,6-SPEED
Rear Axle MERITOR RT46-160 46,000 LB
Rear Axle Ratio 5.63
Rear Tire 315/80R22.5L
Prepared By David Ygelsias
Quote Id : QA71QHQTS
Quote Number : Q0050701
Model : 2026 - ACX64 Class 8
Prepared For Steven Kulick
City of South Miami
Price Level : 202403012026A Saturday, July 13, 2024
8:52:39 AM EST
Page 11 of 19 22
07/13/2024
Turning Radius
Dimension(ft)Description
A 37.89 TURNING RADIUS
B 78.45 CURB TO CURB TURNING DIAMETER
C 83.88 WALL TO WALL TURNING DIAMETER
SPECIFICATION SUMMARY
Model
Engine L9, 360HP / 2200RPM / 1150 LB-FT, CUMMINS
Transmission ALLISON 4500 SERIES,6-SPEED
Rear Axle MERITOR RT46-160 46,000 LB
Rear Axle Ratio 5.63
Rear Tire 315/80R22.5L
Prepared By David Ygelsias
Quote Id : QA71QHQTS
Quote Number : Q0050701
Model : 2026 - ACX64 Class 8
Prepared For Steven Kulick
City of South Miami
Price Level : 202403012026A Saturday, July 13, 2024
8:52:39 AM EST
Page 12 of 19 23
07/13/2024
Shift Chart
RPMMPH
-200
-150
-100
-50
0
50
100
150
200
0 5 10 15 20 25 30 35 40 45 50 55 60 65 70 75 80
1 2 3 4 5 6
Rated RPM
Peak Torque RPM
Gear
Trans.
Ration
Rear Axle
Ration
Overall
Reduction
% Split MPH RPM
After Shift
1C 11.37 5.63 64.0 0.0 4.3 0
1 4.70 5.63 26.5 141.9 10.3 909
2 2.21 5.63 12.4 112.7 21.9 1,034
3 1.53 5.63 8.6 44.4 31.6 1,523
4 1.00 5.63 5.6 53.0 48.3 1,437
5 0.76 5.63 4.3 31.6 63.6 1,672
6 0.67 5.63 3.8 13.4 72.2 1,939
SPECIFICATION SUMMARY
Model ACX64 Class 8
Engine L9, 360HP / 2200RPM / 1150 LB-FT, CUMMINS
Rated Power 0 HP @ 0 RPM
Peak Torque 0 LB-FT @ 0
Transmission ALLISON 4500 SERIES,6-SPEED
Rear Axle MERITOR RT46-160 46,000 LB
Rear Axle Ratio 5.63
Rear Tire 315/80R22.5L
Tire Revolution 485
Prepared By David Ygelsias
Quote Id : QA71QHQTS
Quote Number : Q0050701
Model : 2026 - ACX64 Class 8
Prepared For Steven Kulick
City of South Miami
Price Level : 202403012026A Saturday, July 13, 2024
8:52:39 AM EST
Page 13 of 19 24
07/13/2024
Operating Range
RPMMPH
-200
-150
-100
-50
0
50
100
150
200
0 5 10 15 20 25 30 35 40 45 50 55 60 65 70 75 80
1C 1 2 3 4 5 6
Rated RPM
Peak Torque RPM
Gear
Trans.
Ratio
Rear Axle
Ratio
Minimum
MPH
Maximum
MPH
1C 11.37 5.63 2.5 4.3
1 4.70 5.63 6.1 10.3
2 2.21 5.63 12.9 21.9
3 1.53 5.63 18.7 31.6
4 1.00 5.63 28.6 48.3
5 0.76 5.63 37.6 63.6
6 0.67 5.63 42.6 72.2
SPECIFICATION SUMMARY
Model ACX64 Class 8
Engine L9, 360HP / 2200RPM / 1150 LB-FT, CUMMINS
Rated Power 0 HP @ 0 RPM
Peak Torque 0 LB-FT @ 0
Transmission ALLISON 4500 SERIES,6-SPEED
Rear Axle MERITOR RT46-160 46,000 LB
Rear Axle Ratio 5.63
Rear Tire 315/80R22.5L
Tire Revolution 485
Prepared By David Ygelsias
Quote Id : QA71QHQTS
Quote Number : Q0050701
Model : 2026 - ACX64 Class 8
Prepared For Steven Kulick
City of South Miami
Price Level : 202403012026A Saturday, July 13, 2024
8:52:39 AM EST
Page 14 of 19 25
Gradeability 07/13/2024
GEAR% GRADE1C 1 2 3 4 5 6
20
40
60
80
100
99.3
40.6
18.1
11.5
5.9 2.9 1.6
Gear
Trans.
Ratio
Rear Axle
Ratio
Overall
Reduction
Peak
Torque
Wheel
HP MPH
Maximum
Grade%
1C 11.37 5.63 64.0 1,150.0 286.8 2.5 99.3
1 4.70 5.63 26.5 1,150.0 286.8 6.1 40.6
2 2.21 5.63 12.4 1,150.0 286.8 12.9 18.1
3 1.53 5.63 8.6 1,150.0 286.8 18.7 11.5
4 1.00 5.63 5.6 1,150.0 286.8 28.6 5.9
5 0.76 5.63 4.3 1,150.0 286.8 37.6 2.9
6 0.67 5.63 3.8 1,150.0 286.8 42.6 1.6
SPECIFICATION SUMMARY
Model ACX64 Class 8
Engine L9, 360HP / 2200RPM / 1150 LB-FT, CUMMINS
Peak Torque 0 LB-FT @ 0
Transmission ALLISON 4500 SERIES,6-SPEED
Rear Axle MERITOR RT46-160 46,000 LB
Rear Axle Ratio 5.63
Rear Tire 315/80R22.5L
Tire Revolution 485
GVW/GCV 0
Surface Concrete
Prepared By David Ygelsias
Quote Id : QA71QHQTS
Quote Number : Q0050701
Model : 2026 - ACX64 Class 8
Prepared For Steven Kulick
City of South Miami
Price Level : 202403012026A Saturday, July 13, 2024
8:52:39 AM EST
Page 15 of 19 26
Startability 07/13/2024
GEAR% GRADELowest Gear First Highway Gear
20
40
60
80
100
40.9
16.0 16.3
8.0
Calculated
Recommended Min.
Gear Application
Recommended
Minimum Grade %
Calculated
Grade %
Lowest Gear City 12.0 n/a
On Highway 16.0 40.9
On-Off Highway 18.0 n/a
Off Highway 20.0 n/a
0.0 n/a
First Highway Gear All Applications 8.0 16.3
"SPECIFICATION SUMMARY"
Model ACX64 Class 8
Engine L9, 360HP / 2200RPM / 1150 LB-FT, CUMMINS
Clutch Torque 0 LB-FT 0 RPM
Transmission ALLISON 4500 SERIES,6-SPEED
Rear Axle MERITOR RT46-160 46,000 LB
Rear Axle Ratio 5.63
Rear Tire 315/80R22.5L
Tire Radius 19.9
GVW/GCV 0
Surface Concrete
Terrain On Highway
Prepared By David Ygelsias
Quote Id : QA71QHQTS
Quote Number : Q0050701
Model : 2026 - ACX64 Class 8
Prepared For Steven Kulick
City of South Miami
Price Level : 202403012026A Saturday, July 13, 2024
8:52:39 AM EST
Page 16 of 19 27
07/13/2024
Top Speed
0
5
10 15
20
25
2200
RPM x 00 0
10
20
304050
60
70
80
72.2
MPH
0
5
10 15
20
251829.0001RPM x 00
0
10
20
304050
60
70
80
60
MPH
Speed At Maximum RPM
RPM At 60MPH
MPH RPM
Top Speed 72.2 2,200
Cruise Speed 60.0 1,829
Minimum Of Engine Range 23.0 700
Maximum Of Engine Range 72.2 2,200
Minimum Of Economy Range 23.0 700
Maximum Of Economy Range 72.2 2,200
Prepared By David Ygelsias
Quote Id : QA71QHQTS
Quote Number : Q0050701
Model : 2026 - ACX64 Class 8
Prepared For Steven Kulick
City of South Miami
Price Level : 202403012026A Saturday, July 13, 2024
8:52:39 AM EST
Page 17 of 19 28
SPECIFICATION SUMMARY
Model ACX64 Class 8
Engine L9, 360HP / 2200RPM / 1150 LB-FT, CUMMINS
Transmission ALLISON 4500 SERIES,6-SPEED
Rear Axle MERITOR RT46-160 46,000 LB
Rear Axle Ratio 5.63
Rear Tire 315/80R22.5L
Tire Revolution 485
Prepared By David Ygelsias
Quote Id : QA71QHQTS
Quote Number : Q0050701
Model : 2026 - ACX64 Class 8
Prepared For Steven Kulick
City of South Miami
Price Level : 202403012026A Saturday, July 13, 2024
8:52:39 AM EST
Page 18 of 19 29
GAWR, GVWR & Tire Pressure 07/13/2024
GVW Rating – 66,000#
Front GAWR 20,000#
Front Suspension 20,800#
Front Wheels 24,600#
Front Tire Size And
Tread 22,800#
Front Brakes 20,000#
Front Axle 20,000#
Rear GAWR 46,000#
Rear Suspension 46,000#
Rear Wheels 80,000#
Rear Tire Size And
Tread 60,800#
Rear Brakes 48,000#
Rear Axle 46,000#
PSI
Front PSI 105.0 Rear PSI 85.0
Prepared By David Ygelsias
Quote Id : QA71QHQTS
Quote Number : Q0050701
Model : 2026 - ACX64 Class 8
Prepared For Steven Kulick
City of South Miami
Price Level : 202403012026A Saturday, July 13, 2024
8:52:39 AM EST
Page 19 of 19 30
2.03
Contract: FSA22-
VEL30.0 –
Pursuit,
Administrative
and Other
Vehicles
Contract: FSA22-
FSA Cooperative Purchasing Program
Contract Terms and Conditions
FSA23-VEH21.0 – Heavy Trucks and Buses
FSA23-VEL31.0 – Pursuit, Administrative and
Other Vehicles
FSA23-EQU21.0 – Equipment
31
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
32
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
33
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
34
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
35
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.
36
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.
37
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.
38
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
39
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:
40
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.
41
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.
42
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.
43
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.
44
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.
45
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
46
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
47
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.
48
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.
49
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.
50
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,
51
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.
52
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
53
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,
54
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
55
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 25
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 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.
56
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
57
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
58
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)
59
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:
60
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.
61
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.
62
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.
63
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.
64
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.
65
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
66
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.
67
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
68
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
69
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.
70
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.
71
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.
72
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 42
Appendix A: Zone Map
73
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
74
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
75
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Page 45
Appendix C: ACH Payments
76
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.
77
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
78
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).
79
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.
80
From: David Yglesias (305) 562-7051 dyglesias@palmettofordtrucks.com
Prepared for: The City of South Miami
Item: 82, Autocar, ACX64, ACX64
Autocar with New Way 33 Yard Automated Side Loader
Quote to Client
Southern Zone Base Price $194,215.00
Heavy Hauler Package $9,624.00
Extended Warranties $4,842.00
New Way Sidewinder ASL with South Miami Specs $234,855.20
Total Price $443,536.20
Bachrodt FT LLC - DBA Palmetto Ford of Miami
Contract: FSA23-VEH21.0: Heavy Trucks and Buses
Group: REFUSE TRUCK: 60,000 LB GVWR Cab & Chassis Only 4x6
81
Bachrodt FT LLC - DBA Palmetto Ford of Miami
Contract: FSA23-VEH21.0: Heavy Trucks and Buses
Group: REFUSE TRUCK: 60,000 LB GVWR Cab & Chassis Only 4x6
82