Res No 147-24-16252RESOLUTION NO. 147-24-16252
A RESOLUTION OF THE MAYOR AND CITY
COMMISSION OF THE QTY OF SOUTH MIAMI,
FLORIDA, APPROVING AND AUTHORIZING THE
PURCHASE OF A 2024 FORD F-150 PICK UP TRUCK
FROM DUVAL FORD, LLC FOR THE PARKS,
RECREATION AND CULTURE DEPARTMENT
PURSUANT TO BRADFORD COUNTY SHERIFF'S OFFICE
CONTRACT NO. 22-27-1.0 IN THE AMOUNT OF $57,317.08;
DECLARING THE EXISTING VEIBCLE AS SURPLUS
PROPERTY; PROVIDING FOR IMPLEMENTATION,
CORRECTIONS, AND AN EFFECTIVE DATE.
WHEREAS, the City of South Miami (the ''City") Parks, Recreation and Culture
Department (the "Department") wishes to purchase a 2024 Ford F-150 Regular Cab Pick Up Truck
(the ''Vehicle't and
WHEREAS, the Vehicle will replace the Department's current vehicle a two-door, 2001
Ford F-250 Pickup Truck, VIN# IF1NF20F61EB93163 (the "Current Vehicle") which has
exhausted its 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 of the Vehicle contemplated by the City has been competitively
bid by the Bradford County Sherifrs Office, which has entered into Contract No. 22-27-1.0 (the
"BCSO Contract'') with Duval Ford, LLC (the 'Vendor"); and
WHEREAS, the Vendor has provided the City with the quote attached hereto as Exhibit
"A" for the Vehicle in the amount of $57,317.08 pursuant to the BCSO Contract (the "Quote"); and
WHEREAS, the City Commission desires to approve and authorize the purchase of the
Vehicle from the Vendor in the amount of $57,317.08, consistent with the Quote attached hereto
as Exhibit "A" and the tenns, conditions, and pricing of the BCSO Contract; and
WHEREAS, the total cost of the Vehicle shall be charged to the Parks Facilities Impact
Fee Fund Account No. l l 7-2000-572-6440, which has a current balance of $185,000 at the time
of this request, or such other fW1ding 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WHEREAS, the City Commission finds that the Current Vehicle is obsolete and no longer
economical or efficient to keep, and, in light of the purchase authorized in this Resolution, sen,es
no useful fwiction for activities within the City, and therefore declares the Current Vehicle to be
surplus personal property Wlder Section 2-4.7 of the City's Code of Ordinances (the "Code") to be
sold or otherwise disposed of by the City Manager as provided in Section 2-4. 7; and
Page I of3
Res. No. 147-24-16252
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. Auproval of Vehicle Pul'chase. The City Commission hereby approves the
purchase of the Vehicle from the Vendor, consistent with the Quote attached hereto as Exhibit
"A," in the amount of $57,317.08, 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 Parks
Facilities Impact Fee Fund Account No. 1 l 7-2000-572-6440, which has a current balance of
$185,000 at the time of this request, or such other funding source(s) as detennined by the City
Manager to be in the best interests of the City.
Section 3. Declaration of Surplus Property. The City Commission finds that the
Current Vehicle is obsolete and no longer economical or efficient to keep, and, in light of the
purchase authorized in this Resolution, serves no useful function for activities within the City.
Accordingly, the City Commission declares the Current Vehicle to be surplus personal property to
be sold or othenvise 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 execute any purchase
order(s) or required documentation for the purchase described in this Resolution, and to take all
actions necessary to implement the purposes of this Resolution.
Section 5. Corrections. Conforming language or technical scrivener-type corrections
may be made by the City Attorney for any conforming amendments to be incorporated into the
final resolution for signature.
Section 6.
adoption.
Effective Date. This Resolution shall become effective immediately upon
PASSED AND ADOPTED this 15u, day of October, 2024.
ATTEST:
READ AND APPROVED AS TO FORM,
LANGUAGE, LEGALI1Y AND
EXECUTION 11-IEREOF
APPROVED:
MAY0€0 ~
COMMISSION VOTE:
Mayor Fernandez:
Vice Mayor Boni ch :
Page 2 of 3
5-0
Yea
Yea
Res. No. 147-24-16252
w
& BIERMAN, P.L.
CITY A TIORNEY
Commissioner Calle: Yea
Commissioner Liebman : Yea
Commissioner Corey: Yea
Page 3 of 3
Agenda Item No:3.
City Commission Agenda Item Report
Meeting Date: October 15, 2024
Submitted by: Quentin Pough
Submitting Department: Parks & Recreation
Item Type: Resolution
Agenda Section:
Subject:
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA,
APPROVING AND AUTHORIZING THE PURCHASE OF A 2024 FORD F-150 PICK UP TRUCK FROM DUVAL
FORD, LLC FOR THE PARKS, RECREATION AND CULTURE DEPARTMENT PURSUANT TO BRADFORD
COUNTY SHERIFF’S OFFICE CONTRACT NO. 22-27-1.0 IN THE AMOUNT OF $57,317.08; DECLARING
THE EXISTING VEHICLE AS SURPLUS PROPERTY; PROVIDING FOR IMPLEMENTATION, CORRECTIONS,
AND AN EFFECTIVE DATE. 3/5 (CITY MANAGER-PARKS, RECREATION & CULTURE DEPT.)
Suggested Action:
Attachments:
Memo-F-150__2025_.docx
Resolution Approving Pick Up Truck Purchase Parks-Rec-Dept-BCSO Piggyback.DOCX
Exhibit A - Truck Quotation.PDF
BCSO-Vehicle-Contract-22-27-1.0-Duval-Ford.pdf
Sun Biz Duval Ford.pdf
1
CITY OF SOUTH MIAMI
OFFICE OF THE CITY MANAGER
INTER-OFFICE MEMORANDUM
TO:The Honorable Mayor, Vice Mayor, and Members of the City Commission
FROM:Genaro “Chip” Iglesias,City Manager
DATE:October 15, 2024
SUBJECT:Purchase a 2024 Ford F-150 Pickup Truck ($57,317.08).
RECOMMENDATION:Approve the purchase of a 2024 Ford F-150 Regular Cab Pickup
Truck for the Parks Maintenance Division at a cost of $57,317.08.
BACKGROUND:The City desires to piggyback on the Bradford County Sheriffs Contract
#BCSO 22-27-1.0 (“BCSO Contract”) to procure a 2024 Ford F-150
Regular Cab Pickup Truck under the terms and conditions as set forth in the
solicitation agreement between the Bradford County Sheriffs Contract and
Duval Ford, LLC (the “Duval Ford”). The proposed vehicle will replace a
two-door, 2001 Ford F-250 Pickup Truck, VIN#1FTNF20F61EB93163,
that has 173,972 miles.
The current F-250 Pickup Truck is unreliable and insufficient for the needs
of the City’s Park Maintenance Division. Notable issues include engine
power loss, a twisted bed, a rusted frame, and significant exterior damage
due to rust and exposure. Given these conditions, the vehicle has reached
the end of its useful life and needs to be replaced.
The Parks Maintenance Division requires three (3) fully functional pickup
trucks to effectively carry out its routine responsibilities. These vehicles are
essential for daily park maintenance across various sites and facilities, as
well as for transporting equipment and materials needed for numerous
ongoing projects throughout the park system.
ACCOUNT:$57,317.08
The total expenditure, in the amount of $57,317.08 shall be charged to Parks
Facilities Impact Fee Funds –account number 117-2000-572-6440, which
has a current balance of $185,000 for fiscal year 2024-2025.
ATTACHMENTS:Resolution
Exhibit A –Quotation
Bradford County Sheriff’s Contract
Sunbiz –Duval Ford
2
6
Exhibit A
Ford F-150 Pickup
Truck Quotation
7
SOUTH MIAMI
Duval Ford
Bambi Darr
(Work) 904-381-6596
Bambi .Darr@duvalfleet.com
405 lane Ave N
Jacks onville, Fl 32254
7/26/24
Pricing through Bradford County Sheriffs Contract BCSO 22-27-1 .0. Please note any items in red as they may require additional customer information or
c larification. When submitting purchase order, please note billing address , delivery address , and any titling instructions. Thank you!
INTERIOR : Gra Vin I Seats 40/20/40
Vin I Floor
5.0L VB GAS ENG INE I10-SPEED AUTOMATIC TRANSMISSION
EQUIPMENT GROUP : XL
141" WHEELBASE 8' BED LONG BED
SPRAY IN BEDLINER
ALL T ERRAIN TIRES: LT265 / 70R 17C
3.73 E-LOCKING AXLE
FRONT & REAR MOLDED SPLASH GUARDS-DEALER INSTALLED
Government Concession reflected in Base Vehicle Price
Prima Awardee Ceilin Marku
Discount off Invoice reflected in Base Vehicle Price $
WESTIN HDX GRILLE GUARD WITH WINCH PLATE-KNAPHEIDE INSTALL $
8,000# WARN WINCH WITH REMOTE-KNAPHEIDE INSTALL $
ADDITIONAL KEY WITH REMOTE $
BRAKE CONTROLLER-DEALER INSTALLED (FACTORY CONTROLLER ONLY AVAILABLE ON
2 .7L ENGINE)
1500# Maxon C2 L'
... Relocate Facto
EXTRA CARE WARRANTY , 5-YEAR 75K MILES, $0 DEDUCT ABLE
$
$
$
$
$
$
540.00 s
25 .00 s
2.00 s
173.00 s
1,32 5.00 s
TOTAL QUANTITY 1 TOTAL PURCHASE $ 57 ,317 .08
Fll (4) 7/26/24 SOUTH MIAMI 2024.xl sx
8Gordon Smith, Sherif] 09/12/2022 To whom it may concern, The Bradford County Sheriffs Office received sealed bids after posting the Request for Proposal in the Bradford County Telegraph and on our website. On 09/06/22, in the lobby of the Sherifrs Office@ I 0:00 am the following bids were received. 1) Bozard Ford 2) Duval Ford 3) Duval Chevrolet Following a Command Staff review of the proposals, the following contracts were awarded based on the evaluation table described in the Request for Proposal. Ford vehicles; Prima1y Contract Awarded to Duval Ford Alternate Awarded to Bozard Ford Chevrolet vehicles: Primary Contract Awarded to Duval Chevrolet Alternate-No Bid Other manufacturers: No Bid Information regarding the Contract (BCSO 22-27-1.0) and the Proposals will be listed on our website (bradfordsheriff.org) under the Finance section. Foi-any questions or concerns please contact me during regular business hours. Uk Geo;g L. Konkel Jr. • Chief of Operations Bradford County Sheriff's Office 945-8 North Temple Ave. Starke, Fl. 32091 Office (904 )966-63 06 ! /
9EFFECTIVE: TERM: ATTACHMENTS: BRADFORD COUNTY SHERIFF'S OFFICE Gordon Smith Sheriff September 12, 2022 Sheriff Gordon Smith 945-B No1ih Temple Avenue Starke, FL 32091 FIVE (5) Years with Option to Extend/Renew A. B. SPECIFICATIONS PRICING AND DISCOUNTS . TERMS AND CONDITIONS • • . This AGREEMENT is established by and between Duval Ford, (hereinafter referred to as "VENDOR") whose address is 1616 Cassat Avenue (Jacksonville, Fl.) and any duly authorized appointee of the Bradford County Sheriffs Office, an independent constitutional officer with administrative offices at 945B N TEMPLE AVE; STARKE, Florida (hereinafter referredto as "SHERIFF") ( collectively hereinafter referred to as "PARTIES"). WHEREAS; VENDOR wishes to enter into a contractual relationship with SHERIFF for the provision of goods or services; WHEREAS; VENDOR agrees to provide goods and services to SHERIFF, as he may request from time to time, based upon all terms and conditions contained in official Purchase Orders referencing this AGREEMENT which are incorporated herein; and WHEREAS; SHERIFF requires all VENDORS to agree with and comply with, the terms and conditions of this AGREEMENT as detailed herein. NOW THEREFORE, as a condition precedent to entering into a contractual relationship with the SHERIFF, the VENDOR agrees as follows: A. GENERAL VENDOR understands that this is not an exclusive contract with SHERIFF for the provision of goods and services. SHERIFF may utilize other vendors without penalty or cost to SHERIFF. The PARTIES agree that to the extent VENDOR's Contract/Invoice, or any subsequent contract, I
10Sheriff Gordon Smith 945-B North Temple Avenue Starke, FL 32091 invoice, or addendum, contains any terms or conditions which are in conflict with or require any action that conflicts with the terms contained in this AGREEMENT, the terms of this AGREEMENT shall control -regardless of the order of execution of these documents. The VENDOR shall not change the terms and conditions contained herein unless such change is in writing and executed by the PARTIES. Failure to deliver or to comply with any of the terms and conditions of this AGREEMENT may disqualify VENDOR from receiving future orders. B. QUALITY All materials or services furnished by VENDOR must be as specified, and subject to inspection and approval by SHERIFF within a reasonable time after delivery at destination. Variations in materials or services from those specified in this order must not be made without written authorization from SHERIFF. Materials rejected will be returned at the VENDOR's risk and expense. C. QUANTITY/PRICE The quantity of materials ordered, or the prices specified, must not be exceeded without written authorization being first obtained from SHERIFF. Prices quoted will include a discount off MSRP and/ or the percentage markup over vendor cost as contained in the vendor bid document. Discounts off manufacturer's price lists will be reflected on quotes per vendor's bid submission and will be extended to manufacturer and dealer installed options. Quotes must follow the outline set fo1th in the quote template section "m" contained in the bid annmmcement, tenns and conditions. [ see attachments] D. INDEMNITY AND INSURANCE SHERIFF agrees to be responsible for the acts or omissions of his employees to the extent permitted under Florida law. Nothing herein shall operate as a waiver of SHERIFF'S sovereign immunity. SHERIFF does not agree to indemnify or hold harmless VENDOR. There are no intended third-party beneficiaries arising out of or in any way connected to this AGREEMENT, and nothing herein shall be construed to grant any person, firm, or other entity which is not a signatory to this AGREEMENT any rights, benefits, or privileges to rely on or demand performance of any provision of this AGREEMENT. VENDOR further agrees to provideworkers' compensation coverage for all of VENDOR'S employees, and to maintain such generaland auto liability insurance as is deemed necessary by SHERIFF for the circumstances and operations of VENDOR. VENDOR further agrees to provide SHERIFF with Certificates of Insurance, indicating the amount of coverage in force, upon request. E. PACKING Packages must be plainly marked with shipper's name and Purchase Order number. Charges are not allowed for boxing or crating unless previously agreed upon in writing. F. DELIVERY All materials must be shipped F.O.B. Destination. SHERIFF will not pay freight or express charges. If a specific purchase is negotiated on the basis ofF.O.B. shipping point, VENDOR IS TO PREPAY SHIPPING CHARGES AND ADD TO INVOICE. 2
11Sheriff Gordon Smith 945-B North Temple Avenue Starke, FL 32091 Upon receipt of a Purchase Order under this AGREEMENT, the VENDOR shall contact the SHERIFF to confirm the order and a mutually agreeable delivery date. Deliveries shall be made between 8:30 A.M. and 4:30 P.M. Monday through Friday, except for holidays, unless otherwise stated. G. MATERIAL SAFETY DATA SHEET VENDOR agrees to furnish SHERIFF with a current Material Safety Data Sheet (MSDS) on or before delivery as required by Florida Statute. H. OSHA REQUIREMENT VENDOR hereby guarantees SHERIFF that all materials, supplies and equipment as listed on the purchase order meet the requirements, specifications and standards as provided for under the Federal Occupations Safety and Health Act of 1970, as from time to time amended and in force atthe date hereof. I. PUBLIC ENTITY CRIMES Pursuant to Section 287.133 (2) Florida Statutes, a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017,/or CATEGORY TWO ($25,000) for a period of 36 months following the date of being placed on the convicted vendor list. VENDOR hereby swears or affirms that it isn't cunently on any such list or otherwise been suspended or barred from providing services or products by any local, state of federal regulatory or govenm1ental entity. J. PROMPT PAYMENT ACT Contained below are provisions of Chapter 218, Florida Statutes, which regulates payments made by local governmental entities for non-construction services or goods. As an Independent Elected Constitutional Office, SHERIFF is bound by the provisions of this Chapter and all contracts entered into between SHERIFF and private vendors are governed by its terms. This section shall extend to the eligible governmental agencies as qualified users of this agreement which are statutorily referred to as: "Governmental agency" means a county, a municipality, a district school board, or any other unit of local government or political subdivision in this state. Attached below are the pertinent parts of Chapter 218, Florida Statutes, relating to payments made by SHERIFF. These requirements supersede any terms in agreements entered into between the SHERIFF and any vendor or contractor doing business with SHERIFF. The time at which payment is due for purchases made by SHERIFF shall be calculated from: 1. The date on which a proper invoice is received by the chief disbursement officer of the 3
12Sheriff Gordon Smith 945-B North Temple Avenue Starke, FL 32091 local governmental entity after approval by the governing body, if required; or 2. If a proper invoice is not received by the local governmental entity, the date: a. On which delivery of personal property is accepted by the local governmental entity; b. On which services are completed; c. On which the rental period begins; or d. On which SHERIFF and VENDOR agree in a contract that provides dates relative to payment periods; whichever date is latest. ·3_ SHERIFF shall establish procedures whereby each payment request or invoice received by it is marked as received on the date on which it is delivered to an agent or employee of SHERIFF or of a facility or office of the SHERIFF. 4. The payment due date for contracts for the purchase of goods or services is 45 days after the date specified in s. 218.73. The payment due date for the purchase of construction services is s·pecified ins. 218.735. 5. If the terms under which a purchase is made allow for partial deliveries and a payment request or proper invoice is submitted for a partial delivery, the time for payment for the partial delivery must be calculated from the time of the pmtial delivery and the submission of the payment request or invoice in the same manner as provided ins. 218.73 ors. 218.735. 6. All payments, due from SHERIFF and not made within the time specified by this section bear interest from 30 days after the due date at the rate of l percent per month on the unpaid balance. VENDOR must invoice the local governmental entity for any interest accrued in order to receive the interest payment. Any overdue period ofless than I month isconsidered as I month in computing interest. Unpaid interest is compounded monthly. Forthe purposes of this section, the term "I month" means a period beginning on any day of one month and ending on the same day of the following month. K. SCRUTINIZED VENDOR LIST By executing this Agreement, VENDOR ce1iifies that it is not on the Scrutinized Companies that Boycott Israel List, created pursuant to Section 215.4 725, Florida Statutes, or engaged in a boycott ofisrael; and, for bids, proposals or contracts for goods or services of one million ($1,000,000) dollars or more, that it is not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged in business operations in Cuba or Syria, per Section 287.135, Florida Statutes. If SHERIFF determines, using credible information available to the public, that VENDOR has submitted a false certification, SHERIFF shall provide VENDOR with written notice of its determination. VENDOR shall have ninety (90) days following receipt of the notice to respond in writing and to demonstrate that the determination of false certification was made in error. If VENDOR does not make such demonstration within ninety (90) days after receipt of the notice, SHERIFF shall bring a civil action against VENDOR. If a civil action is brought and the court determines that VENDOR has submitted a false certification, VENDOR shall pay a civil penalty equal to the greater of two million ($2,000,000) dollars or twice the amount of the contract for which the false certification was submitted, and all reasonable attorney fees and costs, including any costs for investigations that led to the finding of false certification; and, VENDOR will be ineligible to bid on any contract with an agency or local governmental entity for three (3) years after the date SHERIFF determined that VENDOR submitted a false certification, pursuant Section 287.135(5)(a), Florida Statutes 4
13L. GOVERNING LAW, JURISDICTION AND VENUE Sheriff Gordon Smith 945-B North Temple Avenue Starke, FL 32091 The terms and conditions of this agreement shall be construed in accordance with and governed by the laws of the State of Florida. All actions, whether sounding in contract or in tort, relating tothe validity, construction, interpretation, and enforcement of this AGREEMENT shall be instituted and litigated in the courts of the State of Florida, located in Bradford County, Florida, without regard to conflicts of laws principles. In accordance herewith, the parties to this AGREEMENT submit to the jurisdiction of the courts of the State of Florida located in Bradford County, Florida. M. ARBITRATION/MEDIATION SHERIFF does not agree to binding arbitration or mediation nor waive SHERIFF'S right to use the courts in the event that a breach or other circumstance necessitates litigation as a tool to ensurethat the rights of the agency and the citizenry are protected. N. WARRANTY SHERIFF does not agree to waive direct, special or exemplary damages. 0. SECURITY Due to the confidential and sensitive nature of the work performed by SHERIFF, VENDOR and contractors may be subjected to background checks upon SHERIFF'S request. VENDOR and contractors may be required to provide information about themselves, their employees, and subcontractors, in order to permit SHERIFF to conduct background checks on persons entering secure areas, accessing secure information or otherwise providing supplies or services to SHERIFF. SHERIFF retains the right to limit or refuse access to any person at his sole discretion and vendors and contractors agree to abide that decision without cost or penalty to SHERIFF. P. TERMINATION This AGREEMENT may be terminated at any time by SHERIFF, for any reason or no reason at all, upon providing thirty (30) days advance written notice to the VENDOR. SHERIFF shall payfor all supplies and services provided by VENDOR as of the date of termination. Q. APPROPRIATION This AGREEMENT is subject to availability and annual appropriation of funds by the County, County Council, (Council). If funding for vehicle purchasing is not appropriated by the Council for any fiscal period during the term hereof, then SHERIFF shall immediately terminate this AGREEMENT upon written notice to VENDOR. In the event of suchtennination, VENDOR shall be entitled to receive just and equitable compensation for any satisfactory work performed as of the termination date. Such termination by SHERIFF shall not be deemed a Breach of Contract by SHERIFF, and VENDOR shall have no right to any actual, general, specific, incidental, consequential, or any other damages whatsoever of any description or amount. R. MISCELLANEOUS 5
14Sheriff Gordon Smith 945-8 North Temple Avenue Starke, FL 3209 l None of the following terms shall have any effect or be enforceable against SHERIFF or any of his employees or agents: 1. Any term requiring SHERIFF to maintain any type of insurance for the benefit of either SHERIFF or VENDOR. 2. Any term granting VENDOR any security interest in property owned or controlled by SHERIFF, including facilities provided by the County Board of County Commissioners for use by SHERIFF. 3. Any term obligating SHERIFF to pay the costs of collection or attorney's fees. 4. Any term allowing VENDOR to make unilateral modification to any contract entered into or relied upon by the Paities. 5. Any term requiring or stating that the terms of VENDOR'S standard form contract shall prevail over the terms of this Agreement in the event of a conflict. 6. Any term granting VENDOR the right to audit or examine the books, records or accounts of SHERIFF other than as required by law. S. PUBLIC RECORDS LAW Chapter 119, FS, is Florida's Public Records Act. Under this law, all records, including contracts are subject to disclosure to the public on demand. There are certain exemptions that can be claimed by SHERIFF to shield certain protected information, but VENDOR is hereby put on notice that the terms and conditions of any agreement entered into between VENDOR and SHERIFF are likely be disclosed if a public demand is made. SHERIFF does not agree to the confidentiality ofany information contained within any documents created or developed as part of any agreement. The Public Records law will always supersede any agreements to the contrary. The NOTICE provided below is required to be part of any agreement entered into by SHERIFF. NOTICE IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS FOR THE COUNTY. In compliance with 119.0701, Florida Statutes, and 119.011(2), Florida Statutes, the following definitions shall apply to this agreement: "Contractor" means an individual, partnership, corporation, or business entity that enters into a contract for services with a public agency and is acting on behalf of the public agency as provided under s.119.011(2). "Public agency" means a state, county, district, authority, or municipal officer, or department, division, board, bureau, commission, or other separate unit of government created or established by law. Note that in accordance with Florida law the contractor shall: 6
15Sheriff Gordon Smith 945-8 North Temple Avenue Starke, FL 32091 1. Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the access to public records to be inspected or copied within a reasonable time on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the contractor or meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the contractor or keep and maintain public records required by the public agency to perform the service. 5. If the contractor transfers all public records to the public agency upon completion of the contract, the contractor shall upon termination of the contract destroy any duplicate public· records that are exempt or confidential and exempt from public records disclosure requirements. 6. If the contractor keeps and maintains public records upon completion of the contract, the contractor shall meet all applicable requirements for retaining public records. 7. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. 8. The Contractor understands that a request made to inspect or copy public records relating to a public agency's contract for services must be made directly to the public agency; however if the public agency does not possess the requested records, the public agency shall immediately notify the contractor of the request, and the contractor must provide the records to the public agency or allow the records to be inspected or copied within areasonable time. 9. If a contractor does not comply with the public agency's records request for records, the public agency shall enforce the contract provisions in accordance with the contract. A contractor who fails to provide the public records to the public agency within a reasonable time may be subject to penalties under s.119.10, which include the filing of a civil action against a contractor to compel production of public records relating to a public agency's contract for services. The court shall assess and award against the contractor the reasonable costs of enforcement, including reasonable attorney fees, if: 1. The court determines that the contractor unlawfully refused to comply with the public records request within a reasonable time; and 2. At least eight (8) business days before filing the action, the plaintiff provided written notice of the public records request, including a statement that the contractor has not complied with the request, to the public agency and to the contractor. a. A notice complies with the requirements of this chapter if it is sent to the public agency's custodian of public records and to the contractor at the contractor's address listed on its contract with the public agency or to the contractor's registered agent. b. Such notices must be sent by common carrier delivery service or by registered, 7
16Sheri IT Gordon Smith 945-B North Temple Avenue Starke, fL 32091 Global Express Guaranteed, or certified mail, with postage or shipping paid by the sender and with evidence of delivery, which may be in an electronic format. A contractor who complies with a public records request within eight (8) business days after the notice is sent is not liable for the reasonable costs of enforcement. T. E-VERIFY 1. The terms contained in this paragraph shall be defined in accordance with Florida Statute Section 448.095 "Employment Eligibility." 2. "E-Verify system" means an Internet-based system operated by the United States Department of Homeland Security that allows participating employers to electronically verify the employment eligibility of newly hired employees. 3. As of January 1, 2021, a public employer (e.g., Sheriffs Office) may not enter into a contract with a contractor, or subcontractor unless each party to the contract registers with and uses the E-Verify system. Every contractor who has entered or is attempting to enter into a contract with a public employer to provide labor, supplies, or services to such employer in exchange for salary, wages, or other remuneration; or subcontractor who is a person or entity that provides labor, supplies, or services to or for a contractor or other subcontractor in exchange for salary, wages, or other remuneration, shall register with and use the E-Verify system to verify the work authorization status of all newly hired employees. 4. If a contractor enters into a contract with a subcontractor, the subcontractor must provide the contractor with an affidavit stating that the subcontractor does not employ, contract with, or subcontract with an unauthorized alien. 5. A contract terminated for violating paragraph 3 above or sections 448.095 subsections (2)(c) l or 2, FS, is not a breach of contract and may not be considered as such. Additionally,a contractor whose contract that is terminated as provided for in this paragraph may not be awarded a public contract for at least I year after the date on which the contract was terminated. 6. VENDOR shall, upon request, provide evidence of compliance with this provision to SHERIFF. Failure to comply with this provision is a material breach of the Agreement, and the SHERIFF may choose to terminate the Agreement at any time at its sole discretion. VENDOR may be liable for all costs associated with SHERIFF securing the same services, inclusive, but not limited to, higher costs for the same services and rebidding costs (if necessary). VENDOR, by virtue of acceptance of the Purchase Order ce1tifies that: 1. VENDOR and its Subcontractors are aware of the requirements of Florida Statute 448.095, and upon request from the Sheriffs Office, provide evidence of such compliance. 2. VENDOR and its Subcontractors are registered with and using the E-Verify system to verify the ,vork authorization status of newly hired employees. 3. VENDOR will not enter into a contract with any Subcontractor unless each party to the contract registers with and uses the E-Verify system. 4. The Subcontractor will provide VENDOR with an affidavit stating that the Subcontractor does not employ, contract with, or subcontract with unauthorized alien. 5. VENDOR must maintain a copy of such affidavit. 8
17Sheriff Gc11·do11 S111 ith 945-8 North Temple Avenue Starke, FL 32091 6. SHERIFF may terminate this Contract on the good faith belief that the VENDOR or its Subcontractors knowingly violated Florida Statutes 448.09(1) or 448.095(2)(c). 7. If this Contract is terminated pursuant to Florida Statute 448.095(2)( c), VENDOR may not be awarded a public contract for at least 1 year after the date on which this Contract was terminated. 8. VENDOR is liable for any additional cost incurred by SHERIFF as a result of the termination of this Contract. U. FOREIGN INFLUENCE VENDOR represents and warrants that it has made any applicable disclosures to SHERIFF which are required under Section 286.10 I (3 )(a), Florida Statutes, pertaining to business transactions with a foreign country of concern as more fully defined within said statute. V. GRANTS Any purchases funded through Federal Grants, including but not limited to UASI, SCHGP, and any other federal grants shall require the VENDOR to comply with the provisions listed in 2 C.F.R. Part 200. W. SUBCONTRACTORS VENDOR agrees that as the signatory to this agreement, it is solely responsible for the satisfactory provision of goods and services hereunder. SHERIFF does not authorize subcontractors, joint ventures or third parties to provide goods or services in the performance of this agreement except as identified by VENDOR in its proposal to SHERIFF. All subcontractors, joint ventures or third parties providing goods or services in furtherance of this agreement shall be specifically identified by VENDOR and the Scope of Work will clearly identify the specific goods and or services to be provided by said subcontractors, joint ventures or third parties. If the services provided by any subcontractor, joint venture or third party requires a specific licensure, certificate, degree or other govermnental authorization to provide the services, proof of such licensure, certificate, degree or authorization will be provided by VENDOR to SHERIFF prior to the commencement of work or the payment of any sums due to VENDOR. X. PROMPT PAYMENT DISCOUNT and FEE CALCULATION Where SHERIFF and/ or eligible users of this contract pays the VENDOR within 30 days of delivery of a vehicle, the VENDOR shall remit a fee to the Bradford County Sheriffs Office at one half of one percent of the total purchase amount excluding tag fees, extended warranty purchases, and trade in allowances; per unit, that is promptly paid for. Vendor fee reporting to be submitted monthly with payment due the 20th of the month following the reporting cycle for all deliveries made within month reporting. • Y. OUT-OF-SERVICE VEHICLES 9
18Sheriff Gordon Smith 94S-B North Temple Avenue Starke, FL 32091 The SHERIFF has the option to dispose of out-of-service vehicles through the VENDOR. Should the SHERIFF decide to do so, the VENDOR agrees to auction off those vehicles and payto the SHERIFF the net auction proceeds minus transport costs and $400 vendor fee per unit. Z. ENTIRE AGREEMENT This Agreement contains the entire understanding between the paiiies regarding this Agreement and supersedes all prior communications. The parties acknowledge and agree that neither of them has made any representation with respect to the subject matter of this Agreement or any representations except such representations as are specifically set forth herein, and the parties acknowledge that they have relied on their own judgment in entering into the same. The parties further acknowledge that any statements or representations that may have been made by either of them to the other are void and of no effect and that neither of them has relied on such statements or representations in connection with its dealings with the other. No alteration of these terms and conditions is binding on SHERIFF unless signed by SHERIFF. Z. TERM AND EXTENSION The term for this AGREEMENT ("BCSO 22-27-1.0") shall remain in effect for five (5) years from the date of contract execution by the SHERIFF and may be renewed for five (5) years or extended. by the PARTIES upon mutual agreement, in writing and executed by the PARTIES, before the expiration of the original term or any extension thereof. SHERIFF does not agree to automatic renewals or extensions. AGREEMENT may be extended to other governmental agencies located in the State of Florida with vendor approval. IN WITNESS THEREOF, the PARTIES have caused this AGREEMENT to be duly executed as of the last day set forth below by the undersigned authorized representatives of the PAR TIES. Bradford County Sheriffs Office Q::)b-f ~ G\ \ ,, \ ~~ Date 1 \ .,, \ Approved as to Form and Legality, for the Reliance of the Bradford County Sheriff, Florida VENDOR (Duval Ford) Name Richard Tackett: GM 9/13/2022 Date IO
19[Tab 4] Price Proposal Attachment 1: FORD OEM PRODUCTS: ALL MODELS AND PACKAGES: 1.65% Attachment 2: Duval Ford AMO percent markup table Attachment (2a): Exclusions: Ford SVT, ST Attachment 3: Mileage Statement
20Tab 4: Part 1, OEM percent Markup
21' Contra'ct: BCSO 22-27 1.0 ITEM Model NUMBER Year >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 >2022 Vehicle Type Medium Truck Chassis F650 F650 F650 F650 F650 F650 F750 F750 F750 F650 F650 F650 F650 F650 F750 F750 F750 F650 F650 F650 F650 F650 F750 F750 Mustang Mustang Mustang Mustang Mustang Mustang Mustang Model Code F6A-F650 REG CAB F6B-F650 REG CAB LO F6C-F650 REG CAB F6D-F650 REG CAB F6E-F650 REG CAB LO F6T-F650 REG CAB TR F7A-F750 REG CAB F7D-F750 REG CAB m -F750 REG CAB TR W6A-F650 CREW CAB W6B-F650 CRW CAB LO W6D-F650 CREW CAB W 6E-F650 CRW CAB LO W6T-F650 CRW CAB TR W7A-F750 CREW CAB W7D-F750 CREW CAB W7T -F750 CRW CAB TR X6A-F650 SUPER CAB X6B-F650 SPR CAB LO X6D-F650 SUPER CAB X6E-F650 SPR CAB LO X6T-F650 SPR CAB TR X7A-F750 SUPER CAB X7D-F750 SUPER CAB PSC-GT COUPE PSF-GT CONY PREM PSJ-HB COUPE PSK-BULLITT COUPE PSR-MACH 1 COUPE PSS-SHELBY GT500 PST-MUST ECO COUPE PSU-ECO CONVERTIBLE Duval Ford 904-388-2144 FORD OEM PRODUCT OFFERING Package Availability All Oem Pkg's Packages All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pk 's All Oem Pkg's Excluding SVT All Oem Pkg's Excluding SVT All Oem Pkg's Excluding SVT All Oem Pkg's Excluding SVT All Oem Pkg's Excluding SVT All Oem Pkg's Excluding SVT All Oem Pkg's Excluding SVT All Oem Pkg's Excluding SVT Contract % Markup over Invoice 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65%
22Contract: BCSO 22-27 1.0 ITEM Model NUMBER Year Vehicle Type >2022 Expedition Expedition >2022 Expedition >2022 Expedition >2022 Expedition >2022 Expedition >2022 Expedition >2022 Expedition >2022 Expedition >2022 Expedition >2022 Expedition >2022 Expedition >2022 Expedition >2022 Expedition >2022 Expedition >2022 Expedition >2022 Expedition >2022 Expedition >2022 Expedition >2022 Expedition >2022 Expedition Ex edition 69 >2022 70 >2022 Transit Connect Van 71 >2022 Transit Connect Van 72 >2022 Transit Connect Van 73 >2022 Transit Connect Van 74 >2022 Transit Connect Van 75 >2022 Transit Connect Van • -76 I >2022 Super duty 78 I I 79 >2022 F250 80 >2022 F350 81 >2022 F350 82 >2022 F350 Model Code K1G-4X4 XL MAX K1H-4X2 XLT MAX K1J-4X4 XLT MAX K1K-4X2 LIMITED MAX K1L-4X2 PLATINUM MX K1M-4X4 PLATINUM MX K1 N-4X2 K. RANCH MAX K1 P-4X4 K. RANCH MAX K2A-4X4 LIMITED MAX U1F-4X2 XL U1G-4X4 XL U1H-4X2 XLT U1J-4X4XLT U1 K-4X2 LIMITED U1L-4X2 PLATINUM U1M-4X4 PLATINUM U1N-4X2 KING RANCH U1P-4X4 KING RANCH U1 R-4X4 TIMBERLINE E6S-TRAN CON-VAN-XL E6T-TRAN CN-VAN-XLT E7S-TRAN CON-VAN-XL E7T-TRAN CN-VAN-XLT S6S-TRAN CON-VAN-XL S6T-TRAN CN-VAN-XLT S7S-TRAN CON-VAN-XL .. I • • • F2B-F250 4X4 SD R/C F3A-F350 4X2SDR/CSR F3B-F350 4X4SDR/CSR F3C-F350 4X2 SD R/C Duval Ford 904-388-2144 FORD OEM PRODUCT OFFERING Package Availability All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pk 's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's ' I. • • All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's Contract % Markup over Invoice 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% . . . . 1.65% 1.65% 1.65% 1.65%
23Contract: BCSO 22-27 1.0 FORD OEM PRODUCT OFFERING All Oem Pkg's >2022 All Oem Pkg's 1.65% >2022 F3F-F350 4X4CHAS/CS All Oem Pkg's 1.65% >2022 F350 F3G-F350 4X2 CHAS/C All Oem Pkg's 1.65% >2022 F350 F3H-F350 4X4 CHAS/C All Oem Pkg's 1.65% >2022 F450 F4C-F450 4X2 SD R/C All Oem Pkg's 1.65% >2022 F450 F4D-F450 4X4 SD R/C All Oem Pkg's 1.65% >2022 F450 F4G-F450 4X2 CHAS/C All Oem Pkg's 1.65% >2022 F450 F4H-F450 4X4 CHAS/C All Oem Pkg's 1.65% >2022 F550 F5G-F550 4X2 CHAS/C All Oem Pkg's 1.65% >2022 F550 F5H-F550 4X4 CHAS/C All Oem Pkg's 1.65% >2022 F600 F6K-F600 4X2 CHAS/C All Oem Pkg's 1.65% >2022 F600 F6L-F600 4X4 CHAS/C All Oem Pkg's 1.65% >2022 F250 W2A-F250 4X2 CREW IC All Oem Pkg's 1.65% >2022 F250 W2B-F250 4X4 CREW IC All Oem Pkg's 1.65% >2022 F350 W3A-F350 4X2CREW /CS All Oem Pkg's 1.65% >2022 F350 W3B-F350 4X4CREW /CS All Oem Pkg's 1.65% >2022 F350 W3C-F350 4X2 CREW /C All Oem Pkg's 1.65% >2022 F350 W3D-F350 4X4 CREW IC All Oem Pkg's 1.65% >2022 F350 W3E-F350 4X2CRWCCSR All Oem Pkg's 1.65% >2022 F350 W3F-F350 4X4CRWCCSR All Oem Pkg's 1.65% >2022 F350 W3G-F350 4X2 CRW CC All Oem Pkg's 1.65% >2022 F350 W3H-F350 4X4 CRW CC All Oem Pkg's 1.65% >2022 F450 W4C-F450 4X2 CRW PU All Oem Pkg's 1.65% >2022 F450 W4D-F450 4X4 CRW PU All Oem Pkg's 1.65% >2022 F450 W4G-F450 4X2 CRW CC All Oem Pkg's 1.65% >2022 F450 W4H-F450 4X4 CRW CC All Oem Pkg's 1.65% >2022 F550 W5G-F550 4X2 CRW CC All Oem Pkg's 1.65% >2022 F550 W5H-F550 4X4 CRW CC All Oem Pkg's 1.65% >2022 F250 X2A-F250 4X2 S/C All Oem Pkg's 1.65% >2022 F250 X2B-F250 4X4 S/C All Oem Pkg's 1.65% >2022 F350 X3A-F350 4X2 S/C All Oem Pkg's 1.65% >2022 F350 X3B-F350 4X4 S/C All Oem Pkg's 1.65% >2022 F350 X3C-F350 4X2 SIC DR All Oem Pkg's 1.65% >2022 F350 X3D-F350 4X4 S/C DR All Oem Pkg's 1.65% >2022 F350 X3E-F350 4X2S/CCCSR All Oem Pkg's 1.65% >2022 F350 X3F-F350 4X4S/CCCSR All Oem Pkg's 1.65% >2022 F350 X3G-F350 4X2 S/C CC All Oem Pkg's 1.65% >2022 F350 X3H-F350 4X4 S/C CC All Oem Pkg's 1.65% >2022 F450 X4G-F450 4X2 S/C CC All Oem Pkg's 1.65% >2022 F450 X4H-F450 4X4 S/C CC All Oem Pkg's 1.65% >2022 F550 X5G-F550 4X2 S/C CC All Oem Pkg's 1.65% All Oem Pk 's Mustang Mach-E All Oem Pkg's Mustang Mach-E K1S-SELECT AWD All Oem Pkg's 1.65% >2022 Mustang Mach-E K2R-CAL ROUTE 1 RWD All Oem Pkg's 1.65% >2022 Mustang Mach-E K2S-CAL ROUTE 1 AWD All Oem Pkg's 1.65% >2022 Mustang Mach-E K3R-PREMIUM RWD All Oem Pkg's 1.65% >2022 Mustang Mach-E K3S-PREMIUM AWD All Oem Pkg's 1.65% >2022 Mustang Mach-E K4S-GT AWD All Oem Pkg's 1.65% Duval Ford 904-388-2144
24Contract: BCSO 22-27 1.0 FORD OEM PRODUCT OFFERING All Oem Pkg's >2022 F150 F1E-F150 4X4 R/C All Oem Pkg's 1.65% >2022 F150 W1C-F150 4X2 CREW All Oem Pkg's 1.65% >2022 F150 W1E-F150 4X4 CREW All Oem Pkg's 1.65% >2022 F150 W1P-F150 POL RESP All Oem Pkg's 1.65% >2022 F150 W1S-F150 4X2 CREW All Oem Pkg's 1.65% >2022 F150 W1T-F150 4X4 CREW All Oem Pkg's 1.65% >2022 F150 X1C-F150 4X2 SIC All Oem Pkg's 1.65% All Oem Pk 's >2022 Bronco Full Size E5A-BRONCO ZDR 4X4 All Oem Pkg's 1.65% Excluding SVT >2022 Bronco Full Size E5B-BRONCO 4DR 4X4 All Oem Pkg's Excluding SVT 1.65% >2022 Bronco Full Size E5C-2DR ADVANCD 4X4 All Oem Pkg's 1.65% Excluding SVT >2022 Bronco Full Size E5D-4DR ADVANCD 4X4 All Oem Pkg's 1.65% Excluding SVT >2022 Bronco Full Size E5E-4DR ADVANCD 4X4 All Oem Pkg's 1.65% Excluding SVT >2022 Bronco Full Size E5F-2DR ADVANCD 4X4 All Oem Pkg's Excluding SVT 1.65% >2022 Bronco Full Size E5G-2 DR ADV AWD HL All Oem Pkg's Excluding SVT 1.65% >2022 Bronco Full Size E5H-4 DR ADV AWD HL All Oem Pkg's Excluding SVT 1.65% E5J-4DR ADVANCD 4X4 All Oem Pkg's Excludin SVT K7B-4DR RWD BASE All Oem Pkg's Excluding ST 1.65% >2022 Explorer SUV K7D-4DR RWD XL T All Oem Pkg's 1.65% Excluding ST >2022 Explorer SUV K7F-4DR RWD LIMITED All Oem Pkg's 1.65% Excluding ST >2022 Explorer SUV K7G-4DR RWD ST All Oem Pkg's 1.65% Excluding ST >2022 Explorer SUV K7H-4DR RWD PLTNM All Oem Pkg's 1.65% Excluding ST >2022 Explorer SUV K7K-4DR RWD ST-LINE All Oem Pkg's 1.65% Excluding ST >2022 Explorer SUV K7L-4DR RWD K RANCH All Oem Pkg's 1.65% Excluding ST >2022 Explorer SUV K8B-4DR 4WD BASE All Oem Pkg's 1.65% Excluding ST >2022 Explorer SUV K8D-4DR 4WD XLT All Oem Pkg's 1.65% Excluding ST Duval Ford 904-388-2144
25Contract: BCSO 22-27 1.0 ITEM Model NUMBER Year Vehicle Type 167 >2022 Explorer SUV 168 >2022 Explorer SUV 169 >2022 Explorer SUV 170 >2022 Explorer SUV 171 >2022 Explorer SUV 172 • I I • >2022 Transit Van 174 • 175 >2022 Transit Van 176 >2022 Transit Van 177 >2022 Transit Van 178 >2022 Transit Van 179 >2022 Transit Van 180 >2022 Transit Van 181 >2022 Transit Van 182 >2022 Transit Van 183 >2022 Transit Van 184 >2022 Transit Van 185 >2022 Transit Van 186 >2022 Transit Van 187 >2022 Transit Van 188 >2022 Transit Van 189 >2022 Transit Van 190 >2022 Transit Van 191 >2022 Transit Van 192 >2022 Transit Van 193 >2022 Transit Van 194 >2022 Transit Van 195 >2022 Transit Van 196 >2022 Transit Van 197 >2022 Transit Van 198 >2022 Transit Van 199 >2022 Transit Van 200 >2022 Transit Van 201 >2022 Transit Van 202 >2022 Transit Van 203 >2022 Transit Van 204 >2022 Transit Van 205 >2022 Transit Van 206 >2022 Transit Van 207 >2022 Transit Van 208 >2022 Transit Van 209 >2022 Transit Van 210 >2022 Transit Van 211 >2022 Transit Van Model Code K8G-4DR 4WD ST K8H-4DR 4WD PLTNM K8J-4DR 4WD TMBLINE K8K-4DR 4WD ST-LINE K8L-4DR RWD K RANCH • • • I • I E1D-MR CREW RWD E1Y-LR CARGO RWD E1Z-LR CREW RWD E2C-MR CARGO AWD E2D-MR CREW AWD E2Y-LR CARGO AWD E9Z-LR CREW AWD F1P-LR CUTAWAY RWD F1Y-LR CARGO RWD F1Z-LR CHASSIS RWD F2P-LR CUTAWAY AWD F2Y-LR CARGO AWD F2Z-LR CHASSIS AWD F4U-HR CARGO AWD F4V-HR CREW RWD F4W-HR CREW AWD F4X-HR CARGO RWD F5X-HR CARGO RWD F6P-LR CUTAWAY RWD F6X-HR CARGO AWD F6Z-LR CHASSIS RWD F7C-MR CARGO RWD F7X-HR CARGO RWD F8C-MR CARGO AWD F8P-LR CUTAWAY AWD F8X-HR CARGO AWD F8Z-LR CHASSIS AWD R1C-MR CARGO RWD R1D-MR CREW RWD W R1V-HR CREW RWD W R1X-HR CARGO RWD R1Y-LR CARGO RWD R1Z-LR CREW RWD R2C-MR CARGO AWD R2D-MR CREW AWD R2V-HR CREW AWD R2X-HR CARGO AWD Duval Ford 904-388-2144 FORD OEM PRODUCT OFFERING Package Availability All Oem Pkg's Excluding ST All Oem Pkg's Excluding ST All Oem Pkg's Excluding ST All Oem Pkg's Excluding ST All Oem Pkg's Excluding ST All Oem Pkg's Excludin ST All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's All Oem Pkg's Contract % Markup over Invoice 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65% 1.65%
26Contract: BCSO 22-27 1.0 FORD OEM PRODUCT OFFERING ITEM Model NUMBER Year Vehicle Type Model Code Package Contract % Markup Availability over Invoice 212 • . .. • • • • ' All Oem Pkg's 213 >2022 Transit Van R2Z-LR CREW AWD All Oem Pkg's 1.65% 214 >2022 Transit Van R3U-HR CARGO AWD All Oem Pkg's 1.65% 215 >2022 Transit Van R3X-HR CARGO RWD All Oem Pkg's 1.65% 216 >2022 Transit Van R5P-LR CUTAWAY RWD All Oem Pkg's 1.65% 217 >2022 Transit Van R5Z-LR CHASSIS RWD All Oem Pkg's 1.65% 218 >2022 Transit Van R7P-LR CUTAWAY AWD All Oem Pkg's 1.65% 219 >2022 Transit Van R7Z-LR CHASSIS AWD All Oem Pkg's 1.65% 220 >2022 Transit Van S4U-HR CARGO AWD All Oem Pkg's 1.65% 221 >2022 Transit Van S4V-HR CREW RWD All Oem Pkg's 1.65% 222 >2022 Transit Van S4W-HR CREW AWD All Oem Pkg's 1.65% 223 >2022 Transit Van S4X-HR CARGO RWD All Oem Pkg's 1.65% 224 >2022 Transit Van S6P-LR CUTAWAY RWD All Oem Pkg's 1.65% 225 >2022 Transit Van S6Z-LR CHASSIS RWD All Oem Pkg's 1.65% 226 >2022 Transit Van S8P-LR CUTAWAY AWD All Oem Pkg's 1.65% 227 >2022 Transit Van S8Z-LR CHASSIS AWD All Oem Pkg's 1.65% 228 >2022 Transit Van U4X-HR PASS XL RWD All Oem Pkg's 1.65% 229 >2022 Transit Van U5X-HR PASS XL AWD All Oem Pkg's 1.65% 230 >2022 Transit Van U6P-LR CUTAWAY RWD All Oem Pkg's 1.65% 231 >2022 Transit Van U6Z-LR CHASSIS RWD All Oem Pkg's 1.65% 232 >2022 Transit Van U8P-LR CUTAWAY AWD All Oem Pkg's 1.65% 233 >2022 Transit Van U8U-HR CARGO AWD All Oem Pkg's 1.65% 234 >2022 Transit Van U8X-HR CARGO RWD All Oem Pkg's 1.65% 235 >2022 Transit Van U8Z-LR CHASSIS AWD All Oem Pkg's 1.65% 236 >2022 Transit Van W1D-MR CREW RWD All Oem Pkg's 1.65% 237 >2022 Transit Van W1V-HR CREW RWD All Oem Pkg's 1.65% 238 >2022 Transit Van W1X-HR CARGO RWD All Oem Pkg's 1.65% 239 >2022 Transit Van W1Y-LR CARGO RWD All Oem Pkg's 1.65% 240 >2022 Transit Van W1Z-LR CREW RWD All Oem Pkg's 1.65% 241 >2022 Transit Van W2C-MR CARGO AWD All Oem Pkg's 1.65% 242 >2022 Transit Van W2D-MR CREW AWD All Oem Pkg's 1.65% 243 >2022 Transit Van W2V-HR CREW AWD All Oem Pkg's 1.65% 244 >2022 Transit Van W2X-HR CARGO AWD All Oem Pkg's 1.65% 245 >2022 Transit Van W2Y-LR CARGO AWD All Oem Pkg's 1.65% 246 >2022 Transit Van W2Z-LR CREW AWD All Oem Pkg's 1.65% 247 >2022 Transit Van W3U-HR CARGO AWD All Oem Pkg's 1.65% 248 >2022 Transit Van W3X-HR CARGO RWD All Oem Pkg's 1.65% 249 >2022 Transit Van W4X-HR PASS XL RWD All Oem Pkg's 1.65% 250 >2022 Transit Van W4Z-MR PASS XL RWD All Oem Pkg's 1.65% 251 >2022 Transit Van W5P-LR CUTAWAY RWD All Oem Pkg's 1.65% 252 >2022 Transit Van W5Z-LR CHASSIS RWD All Oem Pkg's 1.65% 253 >2022 Transit Van W7P-LR CUTAWAY AWD All Oem Pkg's 1.65% 254 >2022 Transit Van W7Z-LR CHASSIS AWD All Oem Pkg's 1.65% 255 >2022 Transit Van W9C-MR CARGO RWD All Oem Pkg's 1.65% 256 >2022 Transit Van X2C-MR PASS XL RWD All Oem Pkg's 1.65% 257 >2022 Transit Van X2X-HR PASS XL RWD All Oem Pkg's 1.65% 258 >2022 Transit Van X2Y-LR PASS XL RWD All Oem Pkg's 1.65% 259 >2022 Transit Van X9C-MR PASS XL AWD All Oem Pkg's 1.65% 260 >2022 Transit Van X9X-HR PASS XL AWD All Oem Pkg's 1.65% 261 • • . . . • • All Oem Pk 's >2022 Edge Suv Duval Ford 904-388-2144
27' ' Contract: BCSO 22-27 1.0 263 I Edge Suv 264 >2022 Edge Suv 265 >2022 Edge Suv 266 >2022 Edge Suv 267 >2022 Edge Suv 268 >2022 Edge Suv 269 I Ed e Suv >2022 Tra 271 I WAG 272 >2022 43-TRAN CONNCT WAG 273 >2022 43-TRAN CONNCT WAG 274 >2022 43-TRAN CONNCT WAG 275 >2022 43-TRAN CONNCT WAG 276 >2022 43-TRAN CONNCT WAG 277 >2022 43-TRAN CONNCT WAG .. 278 I >2022 Escape SUV 280 I .. 281 >2022 45-ESCAPE 282 >2022 45-ESCAPE 283 >2022 45-ESCAPE 284 >2022 45-ESCAPE 285 >2022 45-ESCAPE 286 >2022 45-ESCAPE 287 >2022 45-ESCAPE 288 >2022 45-ESCAPE 289 >2022 45-ESCAPE 290 >2022 45-ESCAPE 291 >2022 45-ESCAPE 292 >2022 45-ESCAPE 293 >2022 45-ESCAPE 294 >2022 45-ESCAPE 295 I 45-ESCAPE 296 I .. >2022 Police Vehicles 298 I •• -299 >2022 Police F150 K3J-EDGE FWD-SEL K3K-EDGE FWD-TITAN K4A-EDGE AWD-ST K4G-EDGE AWD-SE K4J-EDGE AWD-SEL E8G-TRANCON-WGN-TTN E9E-TRANCON-WGN-XL E9F-TRANCON-WGN-XLT E9G-TRANCON-WG N-TTN S8F-TRANCON-WGN-XLT S9E-TRANCON-WGN-XL S9F-TRANCON-WGN-XLT B U0C-SEL FHEV FWD U0D-TIT FHEV FWD U0E-PHEV FWD U0F-BASE FWD U0G-ACTIVE FWD U0H-SEL FWD U0J-PLATINUM FWD U0K-SEL PHEV FWD U0L-TIT PHEV FWD U9B-SE FHEV AWD U9C-SEL FHEV AWD U9D-TIT FHEV AWD U9F-BASE AWD U9G-ACTIVE AWD U9H-SEL AWD • . . • • : . ~I• ' ••• W1P-F150 POL RESP Duval Ford 904-388-2144 FORD OEM PRODUCT OFFERING All Oem Pkg's • All Oem Pkg's 1.65% All Oem Pkg's 1.65% All Oem Pkg's 1.65% All Oem Pkg's 1.65% All Oem Pkg's 1.65% All Oem Pk 's • All Oem Pkg's 1.65% All Oem Pkg's 1.65% All Oem Pkg's 1.65% All Oem Pkg's 1.65% All Oem Pkg's 1.65% All Oem Pkg's 1.65% All Oem Pkg's 1.65% • •-. . • All Oem Pkg's • ' All Oem Pkg's 1.65% All Oem Pkg's 1.65% All Oem Pkg's 1.65% All Oem Pkg's 1.65% All Oem Pkg's 1.65% All Oem Pkg's 1.65% All Oem Pkg's 1.65% All Oem Pkg's 1.65% All Oem Pkg's 1.65% All Oem Pkg's 1.65% All Oem Pkg's 1.65% All Oem Pkg's 1.65% All Oem Pkg's 1.65% All Oem Pkg's 1.65% All Oem Pkg's 1.65% All Oem Pk 's • ' 1.65%
28Tab 4: Part 2, AMO percent Markup
29Contfact BCSO 22-27 1.0 Liftmoore CAS American Hydraulic VMAC Wachs Cues Godwin Crysteel Rugby Blue Ridge Duraclass-Brand FX Stellar-Hooklift Switch N Go Venco TPL-Lube Body & Skids Reading Palfinger Dakota Body Auto Crane Maxon Liftgates Dhollandia Liftgates Anteo Liftgates Duval Ford 904-388-2144 AMO: After Market Pricing Schedule 13% 14% 14% 14% 14% 14% 14% 14% 14% 14% 14% 14% 14% 14% 14% 14% 14% 14% 14% 19% 14% 14% 30% Extended Lead time 34% Extended Lead time 18% 18% 18%
30Conti-act BCSO 22-27 1.0 # ~ w t:: d ~ <( 44 Category Accessory LIGHTING LIGHTING OEM Brand. Curt Betterbui It Enpak/Miller US Tarp Chelsea Muncie Decked Kussmall ngertough Warn Weatherguard Roll n Lock Retrax ARE Ranch Century LineX Toff Brand Aervoe Amerex Keystone Automotive Meyer Distributing Wanco (Arrow/Message Boards) Speed Trailers Bak Flip Cargo Glide J BC Safety: Traffic Safety Products Kargo Master Prime Design Soundoff Brookings Metra Code3 Duval Ford 904-388-2144 AMO: After Market Pricing Schedule Ceiling% Markup 29% 29% 29% 29% 29% 29% 29% 29% 29% 29% 29% 29% 29% 29% 29% 29% 29% 29% 29% 29% 29% 29% 29% 29% 29% 29% 22% 22% 22% 20% 20% 20% 20% Note
31Contract BCSO 22-27 1.0 =II: ~ LU ; Category ~ <( 92 LIGHTING OEM Brand. Unity Stream light Ecco SpeedTech Bayco Able2 Products Go Light Maxxima Star Watchgaurd Digital Ally Mag light Stalker AceK9 Panasonic lntermotive Dell Angel Armor Brother Printers and Accessories ISBI Window Ballistics Zebra printers and Tablets Tremco Santa Cruz Big Sky Gun Racks Havis Pro-Gard Setina Troy Jotto American Aluminum Westin Go Rhino Sterling Ranch Hand Highway Safety Products Ram Mount Plastix Plus Tuffy Products Tufloc-Esmet Lund Ops Products Ray Allen K9 Laguna Duval Ford 904-388-2144 AMO: After Market Pricing Schedule Ceiling% Markup 20% 20% 20% 20% 20% 20% 20% 20% 20% 20% 20% 20% 20% 20% 20% 20% 20% 20% 20% 20% 20% 20% 20% 20% 20% 20% 20% 20% 20% 20% 20% 20% 20% 20% 20% 20% 20% 20% 20% 20% 20% 20% 20% 20% Note
32Contract BCSO 22-27 1.0 Duval Ford 904-388-2144 AMO: After Market Pricing Schedule
33Mileage Statement: Part 3 Per section [L] tab 4, part 3, Duval Ford will deliver all completed vehicles to BCSO at no charge, F.O.B. purchased off this agreement. For deliveries to agencies other than BCSO, Duval Ford will charge $2 per mile from zip code 32210 to agency zip code per mileage posted on Mapquest or similar site data. This charge will include the fuel and may be achieved via motor carrier or contract driver. Richard Tackett President / General Manager Duval Fleet Duval Ford, Duval Chevrolet richard. tackett@duvalfleet.com Date: 9/5/2022
34Tab 5: Drug Free Workplace Statement
35The undersigned bidder in accordance with Florida Statute 287.087 hereby certifies that _DUVAL FORD _____________ does: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the work place and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection(]). 4. In the statement specified in subsection(]), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. Contract Number BCSO 22-27-1.0 Bidder's Signature ,...------;1 ---1 ,' ,., \~ (_-M ,.) .--~ --~.µ:.._tt. ___________________ _
36DEALER PARTNERSHIP STATEMENT Duval Ford, upon BCSO approval, may engage partnered dealerships for purposes of providing expedited delivery of products not currently available in inventory. When available, the transaction price will become the bid percentage submitted plus a $400 administrative fee. In cases where the end product is an alternative brand (i.e. Dodge, Honda etc.) the partnered dealer will be named, posted and held to the terms and conditions of the BCSO contract and recognized as a transactional subcontractor of the awarded dealership. In no way will the resulting transaction between the dealer and agency be indirect, or a "brokered" sale. The transaction is original and direct between entities adhering to the Manufacturer's franchise agreements and the manufacturer's statement of origin is assigned directly to the end user as a new, unused, non-brokered, direct agency sale, matching the named entity on the agency purchase order, binding those entities per agency purchasing guidelines. Richard Tackett President / General Manager Duval Fleet Duval Ford, Duval Chevrolet richard. tackett@d uvalf leet. com Date: 9/5/2022
37
No Bid
No Bid
No Bid
Duval Ford 56
Bozard " No Bid
SUMMARY
BUSINESS
LOCATION
STEP -4: CLICK
YES/NO
REFERENCES
Lowest% Markup= 56 pts 56
Second Finish= 44 44
Third and beyond= 0 O
STEP ONE: ENTER DEALER NAME AND BID%
STEP TWO: SORT BY CLICKING SORT BUTTON ON PERCENT ASCENDING
OEM CERTIFICATION
STEP FIVE: CLICK COUNTY DEALER IS
REGISTERED IN
DEALER
REGISTRATIO
REPRESENTATATI LOCAL VENDOR
ONS&
CERTIFICATION AFFIDAVIT FINANCIALS W9
STEP THREE: VALIDATE DOCUMENTS
WERE RECEIVED IN NOTEBOOK TABS 1-
3
38BRADFORD COUNTY TELEGRAPH Published Weekly Starke, Bradford County, Florida Before the undersigned authority personally appeared, Mary Goodge, personally known to me, who on oath says that she is the publisher's assistant of the Bradford County· Telegraph, a weekly newspaper published in Starke, Bradford County, Florida that: BRADFORD COUNTY SHERIFF'S Office, 945-B N. Temple Ave., Starke, FL 32091, Request for Proposal for Purchase of Motor Vehicles. Published in said newspaper in the issue(s) of: 8/25 & 9/1/22 BCT. Affiant further says that the said Bradford County Telegraph is a newspaper published in Starke, in Bradford County, Florida, and that the said newspaper has heretofore been continuously published in said Bradford County, Florida, each week and has been entered as second-class mail matter at the post office in Starke, Bradford County, Florida for a period of one year next preceding the first publication of the attached copy of advertisement. Affiant further says that she has never paid nor promised any person, firm, or corporation any discount, rebate, commission, or refund for the purpose of securing this advertisement for publication of said newspaper. Mary Goodge, Publislier's Assistant ST A TE OF FLORIDA COUNTY OF BRADFORD The f~regoing i~1t was~nowledged before me this ~l'{)! day of 1-lro~\ , 2o_a:a. By: Mary Goodge who is✓ personally known to me who did (did not) take an oath. ~0~ Notaryl>ubUc -HEATHER WHEELER J ST ATE OF FLORIDA My Commission expires: Jul SEAL REQUEST FOR PROPOSAL. , ' The Bradford County Sheriff 5 Office requests proposal~ for the purchase of motor vehicles and related. vehicle component~ . _for the Fleet Management ~1v1s1on and it's eligible u~ers. Deadline f~r sealed proposals is September • 6 .' 2022 @ 10:00 AM. Please email Major George Konkel (george_ konkel@bradfordsheriff.org) for Proposal packets . or see • our website; bradfordshenff.org • B/25 2tchg 911,BCT .. -----•-•• --P"IIP\ IITD\
7/24/23, 12:27 PM Detail by Entity Name
https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=DUVALFO…1/3
Document Number
FEI/EIN Number
Date Filed
State
Status
Last Event
Event Date Filed
Event Effective Date
Department of State / Division of Corporations / Search Records / Search by Entity Name /
Detail by Entity Name
Florida Limited Liability Company
DUVAL FORD, LLC
Filing Information
L10000105392
27-3646082
10/07/2010
FL
ACTIVE
LC AMENDMENT
10/22/2010
NONE
Principal Address
1616 CASSAT AVENUE
JACKSONVILLE, FL 32210
Mailing Address
1725 Memorial Park Drive
JACKSONVILLE, FL 32204
Changed: 01/17/2018
Registered Agent Name & Address
ACKMAN, JOANNE A
1725 Memorial Park Drive
JACKSONVILLE, FL 32204
Name Changed: 03/21/2011
Address Changed: 01/17/2018
Authorized Person(s) Detail
Name & Address
Title President, VC, Director, COO
GRAHAM, ALEXANDER M
1725 Memorial Park Drive
JACKSONVILLE, FL 32204
D C Florida Department of State
39
7/24/23, 12:27 PM Detail by Entity Name
https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=DUVALFO…2/3
Title Chairman, Director
GRAHAM, HAMPTON H
1725 Memorial Park Drive
JACKSONVILLE, FL 32204
Title CEO
CURRY, Jeffery S
1725 Memorial Park Drive
JACKSONVILLE, FL 32204
Title VP
Snyder, Kevin
1725 Memorial Park Drive
JACKSONVILLE, FL 32204
Title Secretary, Treasurer
Puhalski, Erika
1725 Memorial Park Drive
JACKSONVILLE, FL 32204
Annual Reports
Report Year Filed Date
2021 01/11/2021
2022 01/20/2022
2023 01/21/2023
Document Images
01/21/2023 -- ANNUAL REPORT View image in PDF format
01/20/2022 -- ANNUAL REPORT View image in PDF format
10/13/2021 -- AMENDED ANNUAL REPORT View image in PDF format
01/11/2021 -- ANNUAL REPORT View image in PDF format
01/13/2020 -- ANNUAL REPORT View image in PDF format
01/23/2019 -- ANNUAL REPORT View image in PDF format
12/10/2018 -- AMENDED ANNUAL REPORT View image in PDF format
01/17/2018 -- ANNUAL REPORT View image in PDF format
02/10/2017 -- ANNUAL REPORT View image in PDF format
01/22/2016 -- ANNUAL REPORT View image in PDF format
02/19/2015 -- ANNUAL REPORT View image in PDF format
01/10/2014 -- ANNUAL REPORT View image in PDF format
01/28/2013 -- ANNUAL REPORT View image in PDF format
01/24/2012 -- ANNUAL REPORT View image in PDF format
03/21/2011 -- ANNUAL REPORT View image in PDF format
10/26/2010 -- FEI View image in PDF format
10/22/2010 -- LC Amendment View image in PDF format
40
7/24/23, 12:27 PM Detail by Entity Name
https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=DUVALFO…3/3
10/07/2010 -- Florida Limited Liability View image in PDF format
Florida Department of State, Division of Corporations
41
1616 CASSAT AVENUE
JACKSONVILLE, FL 32210
Current Principal Place of Business:
Current Mailing Address:
1725 MEMORIAL PARK DRIVE
JACKSONVILLE, FL 32204 US
Entity Name: DUVAL FORD, LLC
DOCUMENT# L10000105392
FEI Number: 27-3646082 Certificate of Status Desired:
Name and Address of Current Registered Agent:
ACKMAN, JOANNE A
1725 MEMORIAL PARK DRIVE
JACKSONVILLE, FL 32204 US
The above named entity submits this statement for the purpose of changing its registered office or registered agent, or both, in the State of Florida.
SIGNATURE:
Electronic Signature of Registered Agent Date
Authorized Person(s) Detail :
I hereby certify that the information indicated on this report or supplemental report is true and accurate and that my electronic signature shall have the same legal effect as if made under
oath; that I am a managing member or manager of the limited liability company or the receiver or trustee empowered to execute this report as required by Chapter 605, Florida Statutes; and
that my name appears above, or on an attachment with all other like empowered.
SIGNATURE:
Electronic Signature of Signing Authorized Person(s) Detail Date
FILED
Jan 21, 2023
Secretary of State
9947252155CC
JEFFERY S CURRY CEO 01/21/2023
2023 FLORIDA LIMITED LIABILITY COMPANY ANNUAL REPORT
No
Title PRESIDENT, VC, DIRECTOR, COO
Name GRAHAM, ALEXANDER M
Address 1725 MEMORIAL PARK DRIVE
City-State-Zip:JACKSONVILLE FL 32204
Title CEO
Name CURRY, JEFFERY S
Address 1725 MEMORIAL PARK DRIVE
City-State-Zip:JACKSONVILLE FL 32204
Title SECRETARY, TREASURER
Name PUHALSKI, ERIKA
Address 1725 MEMORIAL PARK DRIVE
City-State-Zip:JACKSONVILLE FL 32204
Title CHAIRMAN, DIRECTOR
Name GRAHAM, HAMPTON H
Address 1725 MEMORIAL PARK DRIVE
City-State-Zip:JACKSONVILLE FL 32204
Title VP
Name SNYDER, KEVIN
Address 1725 MEMORIAL PARK DRIVE
City-State-Zip:JACKSONVILLE FL 32204
42