Loading...
HomeMy WebLinkAboutItem 08 Approval of 2018/2019 Budget Vehicle/Equipment Purchase ocoee florida AGENDA ITEM COVER SHEET Meeting Date: February 5, 2019 Item # 8 Reviewed By: Contact Name: Stephen C. Krug Department Director: „; Contact Number: 6002 City Manager: /-- Subject: 2018/ 2019 Budget Vehicle/Equipment Purchase - Utilities. Background Summary: The City traditionally purchases vehicles and equipment through various competitively bid annual contracts. Public Works has researched pricing and has found the Florida Sheriffs Association and the Florida Department of Management Services continue to provide the lowest competitively bid pricing for vehicles and equipment utilizing competitively bid contracts. The following vehicles and equipment are incorporated in the approved budget for purchase: • 1 — Ford Escape 4WD @ $21,803.00 (Utilities — New). • 1 — Ford F-350 4x4 with Service Box @ $37,365.00 (Utilities — Replacement). • 1 — Ford F-350 4x4 with Service Box @ $37,365.00 (Utilities — Replacement). • 1 — Ford F-350 4x4 HD with Service Box @ $46,465.00 (Utilities - Replacement). • 1 — Ford F-150 4x4 Pick Up @ $23,476.00 (Utilities - Replacement). • 1 - Toro Workman MDX Utility Vehicle @ $10,944.91 (Waste Water - New). Public Works recommends approval to purchase the above vehicles and equipment based on published pricing for the 2018/2019 term contracts from the Florida Sheriffs Association and the Florida Department of Management Services. Issue: Request the City Commission to approve acquisition of the budgeted 2018/2019 out-right purchase vehicles for the Utilities Department. Recommendations: Recommend approval to purchase the following vehicles from the Florida Sheriffs Association's annual contract; 1 — Ford Escape 4WD @ $21,803.00 (Utilities — New), 1 — Ford F-350 4x4 with Service Box @ $37,365.00 (Utilities — Replacement), 1 — Ford F-350 4x4 with Service Box @ $37,365.00 (Utilities — Replacement), 1 — Ford F-350 4x4 HD with Service Box @ $46,465.00 (Utilities - Replacement), 1 — Ford F-150 4x4 Pick Up @ $23,476.00 (Utilities - Replacement), along withl - Toro Workman MDX Utility Vehicle @ $10,944.91 (Waste Water — New) from Florida Department of Management Services Agriculture and Lawn Equipment Contract 21100000-15-1. Attachments: Florida Sheriffs Association Contracts FSA18-VEH16.0 available on line at the following link: https://www.flsheriffs.org/law-enforcement programs/purchasing2018/cab-chassis-trucks-and-other-fleet- equipment-2018-2019 Florida Department of Management Services Agriculture and Lawn Equipment Contract 21100000-15-1 available on line at the following link: https://www.dms.myflorida.com/business operations/state purchasing/state contracts and agreements/state term contracts/agriculture and lawn equipment Vehicle/Equipment Descriptions. Financial Impact: The vehicles are adequately funded in the 2018/2019 Department budgets. Type of Item: (please mark with an `50 Public Hearing For Clerk's Dept Use: Ordinance First Reading j< Consent Agenda Ordinance Second Reading Public Hearing Resolution Regular Agenda X Commission Approval Discussion&Direction Original Document/Contract Attached for Execution by City Clerk X Original Document/Contract Held by Department for Execution Reviewed by City Attorney N/A Reviewed by Finance Dept. N/A Reviewed by ( ) N/A 2 Memorandum ,L) 3 To: Debbie Love CC: Steve Krug From: Bill Simmons Date: 10/15/18 Re: PO request NEW VEHICLE PO REQUEST FOR-531-00 utility admin FSA-SPEC#28(U9G) 2019 ESCAPE SE 4WD $21,602.00 OPTIONS TEMP-TEMP TAG=$16.00 TAG-YELLOW CITY TAG NEW-$185.00 TOTAL=$21,803.00 BOZARD FORD REPLACE 1 01.03.2019 09:26 CITY OF OCOEE Page 1of 1 rg160_pg.php/Job No:62916 Requisition Print(PW004372) USER:DLOVE Initiator: DLOVE Fiscal Year: 2019 Req Type: PO Created By: DLOVE Status: Initial Created: 12.11.2018 Possesion: DLOVE Last Action: DLOVE Req Total: 21,803.00 Action On: 12.11.2018 Line Qty. UOM Unit Price Ext Price Stock N G/L Account / Vendor 1 1.00 EA 21,602.00 21,602.00 G/L: 401-531-00-6401 V: 5556-BOZARD FORD 2019 FORD ESCAPE SE 4WD (U9G) FSA-SPEC $ 28 SMALL SIZE 4-DOOR UTILITY VEHICLE FSA FIN QE065 CITY FIN CODE QJ930 FSA CONTRACT 18-VEL26.0 2 1.00 EA 16.00 16.00 G/L: 401-531-00-6401 V: 5556-BOZARD FORD TEMP TAG 1 TEMPORARY TAG 3 1.00 EA 185.00 185.00 G/L: 401-531-00-6401 V: 5556-BOZARD FORD NST1 NEW CITY TAG TO BE PERMENANT YELLOW CITY TAG 21,803.00 Date By Actions 12.11.2018 DLOVE Created By: Debbie Love BOZARD GOVERNMENT FLEET October 10, 2018 BILL SIMMONS CITY OF OCOEE BILL, Bozard Ford is pleased to submit the following quote based on FSA Contract FSA 18-VEL26.0 SPEC#28 2019 FORD ESCAPE SE 4WD (U9G) $21,602.00 TEMP TAG TEMPORARY TAG $16.00 NST NEW STATE TAG (CITY TAG) $185.00 Total $21,803.00 Sincerely, PeOteey Sa opt Government Fleet Director 1 1 FA FLORIDA 1ssoCIA9 ioN O �jo, (�fF, COUNTIES All About Florida FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES SMALL SIZE 4-DOOR UTILITY VEHICLES - 4WD OR AWD SPECIFICATION #28 2019 Ford Escape SE 4WD (U9G) The Ford Escape SE 4WD(U9G)purchased through this contract comes with all the standard equipment as specified by the manufacturer for this model and FSA's base vehicle specification(s)requirements which are included and made a part of this contract's vehicle base price as awarded by specification by zone. ZONE: Western Northern Central Southern BASE PRICE: $21,502.00 $21,502.00 $21,602.00 $21,702.00 While the Florida Sheriffs Association and Florida Association of Counties have attempted to identify and include those equipment items most often requested by participating agencies for full size vehicles,we realize equipment needs and preferences are going to vary from agency to agency.In an effort to incorporate flexibility into our program,we have created specific add/delete options which allow the purchaser to tailor the vehicle to their particular wants or needs. The following equipment delete and add options and their related cost are provided here to assist you in approximating the total cost of the type vehicle(s)you wish to order through this program.Simply deduct the cost of any of the following equipment items you wish deleted from the base unit cost and/or add the cost of any equipment items you wish added to the base unit cost to determine the approximate cost of the type vehicle(s)you wish to order. NOTE:An official listing of all add/delete options and their prices should be obtained from the appropriate dealer in your zone when preparing your order.Additional add/delete options other than those listed here may be available through the dealers,however,those listed here must be honored by the dealers in your zone at the stated prices. VEHICLE: Escape SE 4WD(U9G) DEALER: Bozard Ford Bozard Ford Bozard Ford Bozard Ford ZONE: Western Northern Central Southern BASE PRICE: $21,502.00 $21,502.00 $21,602.00 $21,702.00 153 1 Front license bracket ( NC1 Optional equipment-specify NA Optional equipment-specify i NA Optional equipment-specify NA �MP TAG 1 ,Temporary tag $16,001 • 1.', ER Transfer existing registration(must provide tag number) ?1_11..1.02_,,,,31New state tag(specify state,county,city,sheriff,etc.) �-1-85-0-01 - GMP 6/100 1 Maintenance Plan-specify $2,400.00 Gas Premium Maint.Plan 6 year/100,000 mi.5000 mi Intervals 20 SVC visits$0 Deductible.Contact Dealer for available miles/years/interval&synthetic oil options 1 Maintenance Plan-specify NA Maintenance Plan-specify NA 6/100-P 1 Warranty-specify $2,070.001 6 year/100,000 mile Ford Power train Care Warranty$0 Deductible 1 6/100-B 1 Warranty-specify $2,515.001 6 year/100,000 mile Ford Base Care Warranty$0 Deductible 1 6/100-E 1 Warranty-specify $3,010.001 6year/100,000 mile Ford Extra Care Warranty$0 Deductible I 1 . ,L4 Memorandum 317 Len 1. 1-7-i To: Debbie Love CC: Steve Krug From: Bill Simmons Date: 10/15/18 Re: PO request NEW VEHICLE PO REQUEST FOR-WATER FAC.533-00 FSA-SPEC#66(F3D)4X4 2019 FORD F-35 4X4 WITH SERVICE BOX $27,350.00 OPTIONS HD TOW-$1125.00 KSB696J-KNAPHEIDE UTL BODY=$7,000.00 31V-SHIP THRU COST=$625.00 LINX SB=SPRAY-IN LINER INCLUDE BOX TOP AND BUMPER=$1,035.00 TAG-YELLOW CITY TAG NEW-$230.00 TOTAL=$37,365.00 DUVAL FORD REPLACE 1 12.12.201815:11 CITY OF OCOEE Page 1 of 1 rg160_pg.php/Job No:59809 Requisition Print(PW004373) USER:DLOVE Initiator: DLOVE Fiscal Year: 2019 Req Type: PO Created By: CLOVE Status: Initial Created: 12.11.2018 Possesion: DLOVE Last Action: CLOVE Req Total: 37,365.00 Action On: 12.11.2018 Line Qty UOM Unit Price Ext Price Stock # lG/L Account / Vendor 1 1.00 EA 27,350.00 27,350.00 G/L: 401-533-10-6401 V: 6180-DUVAL FORD CO. 2019F0RD F-350 SUPER DUTY XL DRW (F3D) 1 TON PICKUP TRUCK DUAL REAR WHEEL (DRW)-4X4 SPECIFICATION # 66 FSA FAN QE065 CITY FIN QJ930 2 1.00 EA 1,125.00 1,125.00 G/L: 401-533-10-6401 V: 6180-DUVAL FORD CO. HDTOW1 TRAILER TOWING PACKAGE 3 1.00 EA 1,035.00 1,035.00 G/L: 401-533-10-6401 V: 6180-DUVAL FORD CO. LINXSB1 SPRAY-ON BEDLINER FOR UTILITY BODY WITH $100 ADDED FOR REAR BUMPER 4 1.00 EA 7,000.00 7,000.00 G/L: 401-533-10-6401 V: 6180-DUVAL FORD CO. KSB6961-KNAPHEIDE UTILITY BODY 5 1.00 625.00 625.00 G/L: 401-533-10-6401 V: 6180-DUVAL FORD CO. 31V.31B1 SHIP THROUGH COST 6 1.00 EA 230.00 230.00 G/L: 401-533-10-6401 V: 6180-DUVAL FORD CO. TAG1 NEW STATE TAG TO BE PERMANENT YELLOW CITY TAG 37,365.00 Date By Actions 12.11.2018 CLOVE Created By: Debbie Love CITY OF OCOEE Prepared for: Contract Holder DATE: - CITY OF OCOEE Duval Ford Fleet Sales 10/10/18 BILL SIMMONS Laura Torbett BSimmons S ci.ocoee.fl,us (Work)904-388-2144 (Fax) 904-387-6816 (Cell) 904-505-9682 Laura.Torbelt(oiduvalfleet.ca m 1616 Cassat Ave.Jax,FL 32210 - - - - PLEASE CONFIRM RECEIPT OF QUOTE VIA EMAIL I appreciate your interest and the opportunity to quote. Prices are published by the Florida Sheriffs Association/ Florida Association of Counties&Florida Fire Chiefs'Association Automotive Contract#FSA18-VEL26.0 chassis/ FSA18-VEH16.0.(www.fisheriffs,org) if you have any questions regarding this quote please call! Vehicle will be ordered white exterior unless specified on purchase order. Labor Code Equipment Price. 0 SPEC 66 FORD 1 TON PICKUP TRUCK(DUAL REAR WHEEL)-4X4 F3D 27,350.00 0 620A XL TRIM PACKAGE NC 0 996 V8 GAS ENGINE NC O 44P 6 SPEED AUTO TRANSMISSION NC 0 142 142"WHEEL BASE 8'BED NC O 90L POWER WINDOWS/DOORS NC O X3L 3.73 LIMITED SLIP AXLE NC 0 Z1 OXFORD WHITE NC O AS VINYL INT $ - 1• 0 MIIIM O 1813 CAB STEPS $ - - O 52B BRAKE CONTROLLER $ - O HD TOW HD TRAILER TOWING PACKAGE • 1,125.00 +l KSB 696J KNAPHEIDE UTILITY BODY $ 7,000.00 O 31V SHIP THROUGH TO MANUFACTURER'S BODY COMPANY • 626.00 O _ LINX SB LINEX SPRAY IN BEDLINER,INCLUDE TOPS OF UTILITY BODY AND BUMPER $ 1,035.00 O TAG CITY TAG AND TITLE 230.00 O $ - VENDOR PLEASE CLEARLY NOTATE ON YOUR PURCHASE ORDER WHERE DUVAL FORD IS TO COMMENTS SHIP YOUR VEHICLE,HOW THE VEHICLE IS TO BE TITLED,AND WHERE THE INVOICE IS TO BE MAILED, UNIT COST $ 37,365.00 TOTAL QUANTITY 1 TOTAL PURCHASE $ 37,365,00 Printed, 10/10/18 www.duralfleet.cam OCOEE LT.xlsx puu is y_ `�� FA FLORIDA '4. ASSOCIATION OF ,1l4 CP COUNTIES ' All About Florida FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES 1 TON PICKUP TRUCK DUAL REAR WHEEL (DRW) - 4X4 SPECIFICATION #66 2019 Ford F-350 Super Duty XL DRW (F3D) The Ford F-350 Super Duty XL DRW(F3D)purchased through this contract comes with all the standard equipment as specified by the manufacturer for this model and FSA's base vehicle specification(s)requirements which are included and made a part of this contract's vehicle base price as awarded by specification by zone. ZONE: *Western *Northern *Central *Southern BASE PRICE: $27,275.00 $27,275.00 $27,350.00 $27,676.00 While the Florida Sheriffs Association and Florida Association of Counties have attempted to identify and include those equipment items most often requested by participating agencies for full size vehicles,we realize equipment needs and preferences are going to vary from agency to agency.In an effort to incorporate flexibility into our program,we have created specific add/delete options which allow the purchaser to tailor the vehicle to their particular wants or needs. The following equipment delete and add options and their related cost are provided here to assist you in approximating the total cost of the type vehicle(s)you wish to order through this program. Simply deduct the cost of any of the following equipment items you wish deleted from the base unit cost and/or add the cost of any equipment items you wish added to the base unit cost to determine the approximate cost of the type vehicle(s)you wish to order. NOTE: An official listing of all add/delete options and their prices should be obtained from the appropriate dealer in your zone when preparing your order.Additional add/delete options other than those listed here may be available through the dealers,however,those listed here must be honored by the dealers in your zone at the stated prices. VEHICLE: F-350 Super Duty XL DRW(F3D) DEALER: Duval Ford LLC Duval Ford LLC Duval Ford LLC Duval Ford LLC ZONE: *Western *Northern *Central *Southern BASE PRICE: $27,275.00 $27,275.00 $27,350.00 $27,676.00 ESOF 1 !Shift on the fly Stdi DUVALFORD:STD I TBM 1 All terrain tread tires $164.001 DUVALFORD:LT245 BSWAT 17 1 N2 Nitrogen filled tires including spare tire $285.001 DUVALFORD:Replacing the air in your tires,and properly maintaining them with NitroFill can increase your tire life by as much as 50%,increase your fuel economy as much as 10%and decrease your chances of experiencing a tire failure by as much as 75%(source:nitrof ll.com) 1 DCU 1 Steel truck cap $2,696.001 DUVALFORD:A.R.E.or equivalent"Deluxe Commercial Unit"aluminum caps offered with a broad selection of door and window options,storage configurations,rack choices,and optional equipment for any ivorksite application..035 aluminum exterior skin Full length side doors. Welded aluminum frame.Folding T-handles with BOLT One-Key!ethnology 3 Year Warranty Base Unit[Option]]Double Rear Door Add$430[Option 2]Front Window add$125[Option 3]Tool Boxes add$500 Set[Option 4]Center Divider add$150[option 5]Ladder Rack add$495 1 • Trailer tow mirrors Std HDTOW 1 Trailer towing package,to include heavy duty flashers,wiring for trailer plug(7 prong round),and $1,125.001 class IV frame mounted trailer hitch with 2"square removable receiver, 1"shank with 2"ball. Does not include trailer tow mirrors.May be dealer installed. DUVALFORD:Includes all manufacturer's standard towing components;exceeds spec. Upgrades to complete package with 2.5"receiver with sleeve and hardware(solid HD shank and solid Pin&Clip).For pintle ball combination add$245. Speci6)if 6 way or custom plug(wiring)to be added 1 LINXSB 1 Spray-on beclliner for utility body $935.001 ,DUVALFORD:For rear bumper add$100.For Drop down doors both sides add$175.HD LINER Brand 1 Q.CZ= RDB C2 1 Knapheide,Reading or approved equivalent utility body-specify $7,685.001 DUVALFORD:Reading Classic II:See(31 b)Reading ship through.A60 pressed steel diamond plate floor and tailgate inner panel,slant action tail gate,pooched bumper,HD compartnent,18 ga.doors,rectangular rear lighting.Includes 66D bed credit.ADD$1830 for Aluminum,$1250 for Flip Top Lids.ADD$595 for Master-locking Rods,Add$935 for Electric latch magic Remote Locking system,Dome Compartment Lighting$750.Led's$940 1 KDB6961 Manufacturer's standard service unibody, 14 gauge construction-specify.Requires trailer tow $7,000.001•. I mirrors.May be dealer installed.(NOTE:If you are ordering a service body,we are advising you to contact the awarded vendor.) DUVALFORD:Knapheide 696D54 Brand Service body,SEE(31v)Knapheide ship through.Fliptop lids add$850, Masterlocks add$500,Cabinet Lights$600,Power locks$935.NA with PC.Rugged 14gauge two-sided A-40 galvanneal steel body shell with a six year warranty.Complete undercoating provides an additional layer of corrosion protection.Double panel door construction combined with stainless steel rotmy latches.Includes 66D bed credit' PC Powder coating for utility body incl.1 DUVALFORD:Reading Brand only.SERVICE BODY BASE COAT CLEAR COAT PAINT::ADD$1295.For Two Tone Truck paint Add$1496,includes top of doors,top of cab and roof1 COVER t Fiberglass tonneau cover(painted to match) $1,695.001 DUVALFORD:CENTURY BRAND or equal.May substitute RETRAXMANUAL bedcover:•One Piece Polycarbonate Construction•Front Cover Remains Flush With Rolling Cover•Low Profile Design•Opens and Closes Easily With One Hand'Sealed Ball-Bearing Roller Design•No Pull Straps, Velcro,Snapsor Springs•Clamp-on Design•Key Lockable In Airy Position'Secures Your Valuable Cargo•Unlimited Hauling Flexibility-Strong Enough To Stand On•UV Protected• No Maintenance'Great For 5th Wheel Towing•Limited Lifetime Warranty1 TOPPER t Fiberglass cab high topper with front,side and rear windows(painted to match) $2,015.001 DUVALFORD:Century Brand or equal.DuPont/Axalta Automotive Paint Skirted Sides(Most models)Custom Fit Design (Most models)Fiberglass Base Rails Installation Bulb Seal J-Clanrp Installation Lifetime Limited Warranty(Refer to Owners Manual)Fixed Front Picture Window Side Windows:Recessed SUV Style with Crank Out and Screens Rear Door: Frameless Curved Glass Rear Door Hardware:Teardrop Twist Handle Dark Tint on All Glass Excluding Front Window Insulated Roof Interior 12V Dome Light Recessed LED Third Brake Light-Red Lens 1 VEHICLE: F-350 Super Duty XL DRW(F3D) DEALER: Duval Ford LLC Duval Ford LLC Duval Ford LLC Duval Ford LLC ZONE: *Western *Northern *Central *Southern BASE PRICE: $27,275.00 $27,275.00 $27,350.00 $27,676.00 942 1 1!Daytime running lights $44.001 1 DUVALFORD: 1 Immobilize daytime running lights Std' DUVALFORD: I CS 1 Cab shield headache rack(protects back of cab) $625.001 DUVALFORD:Solid Steel Bulkhead with Mesh Window. Use$450 when taking credit for stake front.For lighting plates I add$225 1 PRPU 1 I Pipe rack w/expanded metal basket over cab(for pickup bed) $1,885.001 DUVALFORD:Custom options available 1 PRSB 1 Pipe rack w/expended metal basket over cab(for utility body) $1,995.001 DUVALFORD:Custom options available 1 SLR 1 Single ladder rack side mounted(specify street or curbside) $995.001 DUVALFORD:Custom options available Front license bracket Std' DUVALFORD: 1 76C 1 Backup alarm,factory installed $139.001 DUVALFORD:EXTERIOR AUDIBLE DEVICE.OEM Warranty 3/36 1 BUA 1 Backup alarm,dealer installed $125.001 DUVALFORD: JVHELEN backup alarm recessed and wired with automotive heal tolerant wire and loom.Includes exclusive limited lifetime warranty 1 ADDS 1 Optional equipment-specify $695.001 DUVALFORD:LAPTOP:HaVis Premium PKG-PSM-242 package includes a heavy-duty vehicle specific base plate, heavy-duty pole with height adjust handle,swing arm motion device with tilt-swivel and stability support arm.The heavy-duty vehicle specific mounting base mounts to existing OEM seat bolts for easy installation(C-HDM-142) Heavy-duly height adjustable poles bolt to the vehicle specific base.precision machined parts eliminate metal-to-metal contact and allow for smooth movement during height adjustment. (C-HDM-202)Swing arms with motion adapters are ideal for computer usage from both the driver and front passenger seats.(C-MD-IO2)Side support arms add upper pole support for premium top level stability. (C-HDM-401)BEDSLIDE-simply a better way to access your truck bed by turning it into an easy-access drawer.No more crawling around to get to your tools,gear or supplies.Simply grab the handle and pull,and the BEDSLIDE rolls all of your cargo out to you—saving time,effort and back pain$1350 1 31 V.31B 1` Optional equipment-specify $625.001'" DUVALFORD:Second Stage Manufacturer ship through for Reading(31b)at$543 and Knapheide(31v)at$625.Includes 'certification,second stage MSO,and weight slip when combined with body options contained in specification.For all other factory registered Ship thru destination codes please contact dealer. 1 SafeT 1 Optional equipment-specify $525.001 DUVALFORD:First Aid Fire Extinguisher and DOT LED rechargeable waning lights.3rd Brake Light Safety Pulse (Pulses 3rd Brake Light(4)times upon application of brake pedal to increase driver awareness behind you when stopping) $229(59H*$5251 Labor 1 !Optional equipment-specify $120.001 1 DUVALFORD:Labor rate per hour.Refer to Duval Ford's Emergency lighting price submission for Individual item labor-time.Rate includes professional EoVT certified installation,proper wire(SXL,GXL)Heat rated loons,connectors, prep time and personal consultation. Volume discounts available for loge quantity purchases,call dealer for quote:l TEMP 1 Temporary tag $ 001 DUVALFORD:Includes administrative costs associated with the filing,transfer,acquisition,and installation of appropriate registration&Plate per option description allowed by section 3.23 Terms and Conditions 1 VEHICLE: F-350 Super Duty XL DRW(F3D) DEALER: Duval Ford LLC Duval Ford LLC Duval Ford LLC Duval Ford LLC ZONE: *Western *Northern *Central *Southern BASE PRICE: $27,275.00 $27,275.00 $27,350.00 $27,676.00 TX I Transfer existing registration(must provide tag number) $185.001 DUVALFORD:Includes administrative costs associated with the filing,transfer,acquisition,and installation of appropriate registration&Plate per option description allowed by section 3.23 Terms and Conditions.[ALT DJ Per terms and conditions section 3.22 INSPECTION AND ACCEPTANCE:an Alternative Delivery Destination charge per vehicle of 1$487 will be applied to all purchase orders where inspection and acceptance occurs away fr•oru the end user's registered Iaddress within the state of Florida.For destinations where inspection and acceptance are located outside the Sunshine (State contact dealer.This cost derivation is founded using computationally intensive statistical analysis utilizing data inputs such as cost of capital,interest carry on bad debt,delivery variance with outside location,tertimy damage,and fluctuating fuel costs.' TAG 1 New state tag(specify state,county,city,sheriff,etc.) $230.001' DUVALFORD:Includes administrative costs associated with the filing,transfer,acquisition,and installation of appropriate registration&Plate per option description allowed by section 3.23 Terms and Conditions I MP575 1 Maintenance Plan-specify $1,860.001 DUVALFORD:5 Year 75,000 mile Premium Maintenance Plan.15 service visits at 5000 mile intervals for vehicles with Gas Engine,zero deductible.For GAS Chassis Cab&Cutaway vehicles use$2230.5 Year 75,000 mile Premium Diesel Maintenance plan$4175.15 Maintenance plan visits at 5000 mile intervals for vehicles with Diesel Engine,zero deductible.For DIESEL Chassis Cab&Cutaway vehicles use$3525.ADD$300 FOR Police,Emergency and Fire Use 1 MP675 Maintenance Plan-specify $1,905.001 DUVALFORD:6 Year 75,000 mile Premium Maintenance Plan.15 service visits at 5000 mile intervals for vehicles with Gas Engine,zero deductible.For GAS Chassis Cab&Cutaway vehicles use$2280.6 Year 75,000 mile Premium Diesel Maintenance Plan,$4215.15 Maintenance plan visits at 5000 mile intervals for vehicles with Diesel Engine,zero deductible.For DIESEL Chassis Cab&Cutaway vehicles use$3580.ADD$300 FOR Police,Emergency and Fire Use 1 MP610 1 Maintenance Plan-specify $2,400.001 DUVALFORD:6 Year 100,000 anile Premium Maintenance Plan.20 service visits at 5000 mile intervals for vehicles with Gas Engine,zero deductible.For GAS Chassis Cab&Cutaway vehicles use$2845.6 Year 100,000 mile Premium Diesel Maintenance Plan$4820.20 Maintenance plan visits at 5000 mile intervals for vehicles with Diesel Engine,zero deductible.For DIESEL Chassis Cab&Cutaway vehicles use$4515.ADD$500 FOR Police,Emergency and Fire Use 1 GB575 Warranty-specify $2,120.001 DUVALFORD:5 Yr 75,000 mile zero deductible BASECare plan.5 Yr 100,000 mile zero deductible use$2940.Complete pricing schedule available upon request.5 Yr 75,000 mile zero deductible BASECare planter Incomplete Gas Vehicles: $2900.5 Yr 100,000 mile zero deductible use$3425.Complete pricing schedule available upon request.Prices quoted per FordMoCo Florida Retail ESP August 1st 2018 Pricing Guide' EE575 t Warranty-specify $2,480.001 DUVALFORD:5 Yr 75,000 mile zero deductible EXTRACare plan.5 Yr 100,000 mile zero deductible use$3345.Complete I pricing schedule available upon request.5 Yr 75,000 anile zero deductible EXTRACare plan for Incomplete Gas Vehicles: $3145.5 Yr 100,000 mile zero deductible use$3855.Complete pricing schedule available upon request.Prices quoted per FordlvloCo Florida Retail ESP August 1st 2018 Pricing Guide GP575 1 Warranty-specify $3,290.001 DUVALFORD:5 Yr 75,000 mile zero deductible PREJLIIUMCar•e plan.5 Yr 100,000 mile zero deductible use$3920. Complete pricing schedule available upon request 5 Yr 75,000 mile zero deductible PREMIU,ViCa•e planter Incomplete Gas Vehicles:$3615.5 Yr 100,000 mile zero deductible use$4435.Complete pricing schedule available upon request. Prices quoted per FordMoCo Florida Retail ESP August 1st 2018 Pricing Guide 1 GB5751 Diesel Warranty-specify $2,120.001 DUVALFORD:5 Yr 75,000 mile zero deductible BASECare plan.5 Yr 100,000 mile zero deductible use$2940.Complete pricing schedule available upon request.5 Yr 75,000 mile zero deductible BASECare plan for Incomplete Diesel Vehicles: $3125.5 Yr 100,000 mile zero deductible use$4150.Complete pricing schedule available upon request.Prices quoted per FordMoCo Florida Retail ESP August 1st 2018 Pricing Guide' GE575 1 Diesel Warranty-Specify $2,480.001 DUVALFORD:5 Yr 75,000 mile zero deductible EXTRACare plan.5 Yr 100,000 mile zero deductible use$3345.Complete pricing schedule available upon request.5 Yr 75,000 mile zero deductible EXTRACare plan for Incomplete Diesel Vehicles:$3410.5 Yr 100,000 mile zero deductible use$4725.Complete pricing schedule available upon request.Prices quoted per FordMoCo Florida Retail ESP August 1st 2018 Pricing Guide 1 VEHICLE: F-350 Super Duty XL DRW(F3D) DEALER: Duval Ford LLC Duval Ford LLC Duval Ford LLC Duval Ford LLC ZONE: *Western *Northern *Central *Southern BASE PRICE: $27,275.00 $27,275.00 $27,350.00 $27,676.00 GP575 1 !Diesel Warranty-specify $3,290.00' DUVALFORD:5 Yr 75,000 mile zero deductible PREMIUMCa•e plan.5 Yr 100,000 mile zero deductible use$3920. Complete pricing schedule available upon request.5 Yr 75,000 mile zero deductible PREAd1UMLICare plan for Incomplete Diesel Vehicles:$3940.5 Yr 100,000 mile zero deductible use$5520.Complete pricing schedule available upon request. !Prices quoted per FordMoCo Florida Retail ESP August 1st 2018 Pricing Guide 1 • I I s s 1 1 Memorandum 3 7 To: Debbie Love CC: Steve Krug From: Bill Simmons Date: 10/15/18 Re: PO request NEW VEHICLE PO REQUEST FOR-WATER FAC.533-00 FSA-SPEC#66(F3D)4X4 2019 FORD F-35 4X4 WITH SERVICE BOX $27,350.00 OPTIONS HD TOW-$1125.00 KSB696J-KNAPHEIDE UTL BODY=$7,000.00 31V-SHIP THRU COST=$625.00 LINX SB=SPRAY-IN LINER INCLUDE BOX TOP AND BUMPER=$1,035.00 TAG-YELLOW CITY TAG NEW-$230.00 TOTAL=$37,365.00 DUVAL FORD REPLACE 1 CITY OF OCOEE 12.12.2018 15:11 Page 1 of 1 rg160_pg.php/Job No:59809 Requisition Print(PW004373) USER:DLOVE Initiator: DLOVE Fiscal Year: 2019 Req Type: PO Created By: DLOVE Status: Initial Created: 12.11.2018 Possesion: DLOVE Last Action: DLOVE Req Total: 37,365.00 Action On: 12.11.2018 Line' - 'Qty UOM Unit Price Ext Price Stock # G/L-Account / Vendor 1 1.00 EA 27,350.00 27,350.00 G/L: 401-533-10-6401 V: 6180-DUVAL FORD CO. 2019FORD F-350 SUPER DUTY XL DRW (F3D) 1 TON PICKUP TRUCK DUAL REAR WHEEL (DRW)-4X4 SPECIFICATION # 66 FSA FAN QE065 CITY FIN QJ930 2 1.00 EA 1,125.00 1,125.00 G/L: 401-533-10-6401 V: 6180-DUVAL FORD CO. HDTOW1 TRAILER TOWING PACKAGE 3 1.00 EA 1,035.00 1,035.00 G/L: 401-533-10-6401 V: 6180-DUVAL FORD CO. LINXSB1 SPRAY-ON BEDLINER FOR UTILITY BODY WITH $100 ADDED FOR REAR BUMPER 4 1.00 EA 7,000.00 7,000.00 G/L: 401-533-10-6401 V: 6180-DUVAL FORD CO. KSB6961-KNAPHEIDE UTILITY BODY 5 1.00 625.00 625.00 G/L: 401-533-10-6401 V: 6180-DUVAL FORD CO. 31V.3181 SHIP THROUGH COST 6 1.00 EA 230.00 230.00 G/L: 401-533-10-6401 V: 6180-DUVAL FORD CO. TAG1 NEW STATE TAG TO BE PERMANENT YELLOW CITY TAG 37,365.00 Date By. 'Actions 12.11.2018 DLOVE Created By: Debbie Love • CITY OF OCOEE �,_ _ iRreparedr f Contact FTo1�r s DATE: CITY OF OCOEE Duval Ford Fleet Sales 10/10/181 BILL SIMMONS Laura Torbett till BSImmonsi ci.ocoee.fl.us (Work)904-388-2144 I- _ (Fax) 904-387-6816 (Cell) 904-505-9682 Laura.Torbett(3duvalfleel com 1616 Cassat Ave.Jax,FL 32210 a{;h�'_�_-��1:}-Ms�:[=°-�-� -tz-'ti-z'�-tic���- ra�L%z.����=c "'Lp1�5E_dOlOFU7A�'REOFJ�TOl QUb7Ec17U1�E1fA1L� :=C I appreciate your interest and the opportunity to quote. Prices are published by the Florida Sheriff's Association/ Florida Association of Counties&Florida Fire Chiefs'Association Automotive Contract#FSA18-VEL26.0 chassis/ FSA18-VEH18.0.(www.flsherlffs.org) if you have any questions regarding this quote please call! Vehicle will be ordered white exterior unless specified on purchase order. (Labor I Code ( — Equipment ' Price 10 SPEC 66 FORD 1 TON PICKUP TRUCK(DUAL REAR WHEEL)-4X4 F3D 27,350.00 l0 620A XL TRIM PACKAGE NC L-. - 996 VB GAS ENGINE NC Kr _44P 6 SPEED AUTO TRANSMISSION NC [0_ _ 142 142"WHEEL BASE 8'BED NC I0 90L POWER WINDOWS/DOORS NC ,0 X3L 3.73 LIMITED SLIP AXLE NC f00 _ Zi OXFORD WHITE NC 0AS VINYL INT 10111111111.1 =-- $ ;0 18B CAB STEPS $ - 0__ 628 BRAKE CONTROLLER $ - [0 HD TOW HD TRAILER TOWING PACKAGE $ 1,125.00 -0KSB 696J KNAPHEIDE UTILITY BODY $ 7,000.00 L_ 31V SHIP THROUGH TO MANUFACTURER'S BODY COMPANY $ 625.00 [0 LINX SB LINEX SPRAY IN BEDLINER,INCLUDE TOPS OF UTILITY BODY AND BUMPER $ 1,035.00 P__ 02211•=1 CITY TAG AND TITLE 230.00 L $ - VENDOR PLEASE CLEARLY NOTATE ON YOUR PURCHASE ORDER WHERE DUVAL FORD IS TO COMMENTS SHIP YOUR VEHICLE,HOW THE VEHICLE IS TO BE TITLED,AND WHERE THE INVOICE IS TO BE MAILED, UNITC — �. OST -- $X37,365,00:{ TOTAL:QUANTITY 1 TOTAL PURCHASE $ -37,365.00 Printed, 10/10/18 www.duvalfleet.com OCOEE LT.xlsx Do LOA" Jhr FA FLORIDA 14)- 6 ASSOCIATION OF - r6 COUNTIES All About Florida FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES 1 TON PICKUP TRUCK DUAL REAR WHEEL (DRW) - 4X4 SPECIFICATION #66 2019 Ford F-350 Super Duty XL DRW (F3D) The Ford F-350 Super Duty XL DRW(F3D)purchased through this contract comes with all the standard equipment as specified by the manufacturer for this model and FSA's base vehicle specification(s)requirements which are included and made a part of this contract's vehicle base price as awarded by specification by zone. ZONE: *Western *Northern *Central *Southern BASE PRICE: $27,275.00 $27,275.00 $27,350.00 $27,676.00 While the Florida Sheriffs Association and Florida Association of Counties have attempted to identify and include those equipment items most often requested by participating agencies for full size vehicles,we realize equipment needs and preferences are going to vary from agency to agency.In an effort to incorporate flexibility into our program,we have created specific add/delete options which allow the purchaser to tailor the vehicle to their particular wants or needs. The following equipment delete and add options and their related cost are provided here to assist you in approximating the total cost of the type vehicle(s)you wish to order through this program. Simply deduct the cost of any of the following equipment items you wish deleted from the base unit cost and/or add the cost of any equipment items you wish added to the base unit cost to determine the approximate cost of the type vehicle(s)you wish to order. NO Lb:An official listing of all add/delete options and their prices should be obtained from the appropriate dealer in your zone when preparing your order.Additional add/delete options other than those listed here may be available through the dealers,however,those listed here must be honored by the dealers in your zone at the stated prices. VEHICLE: F-350 Super Duty XL DRW(F3D) DEALER: Duval Ford LLC Duval Ford LLC Duval Ford LLC Duval Ford LLC ZONE: *Western *Northern *Central *Southern BASE PRICE: $27,275.00 $27,275.00 $27,350.00 $27,676.00 ESOF 1 `Shift on the fly f Std11 DUVALFORD:STD 1 TBM 1 ;All terrain tread tires $164.001 DUVALFORD:LT245 BSWAT 17 1 N2 1i Nitrogen filled tires including spare tire $285.001; DUVALFORD:Replacing the air in your tires,and properly maintaining them with NitroFill can increase your the life by 'as much as S0%,increase your fuel economy as much as 10%and decrease your chances of experiencing a tire failure by as much as 75%(source:nitrofrll.com) I DCU i Steel truck cap $2,696.001' IDUVALFORD:A.R.E.or equivalent"Deluxe Commercial Unit"aluminum caps offered with a broad selection of door and i window options,storage configurations,rack choices,and optional equipment for any worksite application..035 aluminum ;exterior skin Full length side doors. Welded aluminum frame.Folding T-handles with BOLT One-Key technology 3 Year i , Warranty Base Unit[Option 1]Double Rear Door Add$430[Option 2]Front Window add$125[Option 3]Tool Boxes I add$500 Set[Option 4]Center Divider add$150(option S]Ladder Rack add$495 1 Trailer tow mirrors Std j BDTOW 1 1 Trailer towing package,to include heavy duty flashers,wiring for trailer plug(7 prong round),and $1,125.0011 I class IV frame mounted trailer hitch with 2"square removable receiver, 1"shank with 2"ball. 1 Does not include trailer tow mirrors.May be dealer installed. DUVALFORD:Includes all manufacturer's standard towing components;exceeds spec. Upgrades to complete package .with 2.5"receiver with sleeve and hardware(solid HD shank and solid Pin&Clip).For pintle ball combination add$245. 1 Specm if 6 way or custom plug(wiring)to be added 1 1 1 : LINXSB 1 Spray-on bedliner for utility body $935.001 DUVALFORD:For rear bumper add$100.For Drop down doors both sides add$175.HD LINEX Brand. 1 1 43er.C1 RDB C2 1 Knapheide,Reading or approved equivalent utility body-specify $7,685.001 I DUVALFORD:Reading Classic 11.:See(31b)Reading ship through.A60 pressed steel diamond plate floor and tailgate j inner panel,slam action tail gate,pouched bumper,HD compartment,18 ga.doors,rectangular rear lighting.Includes 66D ! I I bed credit.ADD$1830 for Aluminum:,$1250 for Flip Top Lids.ADD$595 for Master-locking Rods,Add$935 for Electric Ilatch magic Remote Locking system,Dome Compartment Lighting$750.Led's$940 1 ! KDB696 1 1 Manufacturer's standard service unibody, 14 gauge construction-specify.Requires trailer tow $7,000.001 mirrors.May be dealer installed. (NO 1'h:If you are ordering a service body,we are advising you I to contact the awarded vendor.) DUVALFORD:Knapheide 696D54 Brand Service body,SEE(31v)Knapheide ship through.Fliptop lids add$850, t Masterlocks add$500,Cabinet Lights$600,Power locks$935.NA with PC.Rugged 14gauge two-sided A-40 galvanneal steel body shell with a six year warranty.Complete undercoating provides an additional layer of corrosion !protection.Double panel door construction combined with stainless steel rotary latches.Includes 66D bed credit1 ! PC 1 I Powder coating for utility body Incl.1 I DUVALFORD:Reading Brand only.SERVICE BODY BASE COAT CLEAR COAT PAINT.:ADD$1295.For Two Tone i I Truck paint Add$1496,includes top of doors,top of cab and roof 1 COVER 1 j Fiberglass tonneau cover(painted to match) ! $1,695.001 DUVALFORD:CENTURY BRAND or equal.May substitute RETRAX MANUAL bedcover:•One Piece Polycarbonate 1 Construction•Front Cover Remains Flush With Rolling Cover•Low Profile Design•Opens and Closes Easily With One Hand•Sealed Ball-Bearing Roller Design•No Pull Straps, Velcro,Snapsor Springs•Clamp-on Design•Key Lockable In ;, Any Position-Secures Your Valuable Cargo•Unlimited Hauling Flexibility•Strong Enough To Stand On•UV Protected• I •No Maintenance Great For 5th Wheel Towing•Limited Lifetime Warranty 1 TOPPER 1 1Fiberglass cab high topper with front,side and rear windows(painted to match) $2,015.001 DUVALFORD:Century Brand or equal.DuPont/Axalta Automotive Paint Skirled Sides(Most models)Custom Fit Design (Most models)Fiberglass Base Rails Installation Bulb Seal J-Clamp Installation Lifetime Limited Warranty(Refer to ! Owners Manual)Fixed Front Picture Window Side Windows:Recessed SUV Style with Crank Out and Screens Rear Door: 1 Frameless Curved Glass Rear Door Hardware:Teardrop Twist Handle Dark Tint on All Glass Excluding Front Window 1 ;Insulated Roof Interior 12V Dome Light Recessed LED Third Brake Light-Red Lens' VEHICLE: F-350 Super Duty XL DRW(F3D) DEALER: Duval Ford LLC Duval Ford LLC Duval Ford LLC Duval Ford LLC ZONE: *Western *Northern *Central *Southern BASE PRICE: $27,275.00 $27,275.00 $27,350.00 $27,676.00 942 1 Daytime running lights $44.001: DUVALFORD: 1 Tmmobilize daytime running lights ' Std1 ;DUVALFORD: 1 I ; CS 1 Cab shield headache rack(protects back of cab) $625.001 DUVALFORD:Solid Steel Bulkhead with Mesh Window. Use$450 when taking credit for stake front.For lighting plates i add$225 1 • PRPU 1 !Pipe rack w/expanded metal basket over cab(for pickup bed) $1,885.001; DUVALFORD:Custom options available 1 PRSB 1 j Pipe rack w/expended metal basket over cab(for utility body) $1,995.001 DUVALFORD:Custom options available 1 SLR 1 i Single ladder rack side mounted(specify street or curbside) $995.0011 .DUVALFORD:Custom options available { i !Front license bracket Std1, DUVALFORD: 1 76C 1 I Backup alarm,factory installed $139.001 ;DUVALFORD:EXTERIOR AUDIBLE DEVICE.OEM Warranty 3/36 1 i BUA 1 Backup alarm,dealer installed $125.001;; DUVALFORD:!'/HELEN backup alarm recessed and wired with automotive heat tolerant wire and loom.Includes 1 exclusive limited lifetime warranty 1 1 ADDS 1 i Optional equipment-specify $695.001 DUVALFORD:LAPTOP:HaVis Premium PKG-PSM-242 package includes a heavy-duty vehicle specific base plate, i heavy-duty pole with height adjust handle,swing arm motion device with tilt-swivel and stability support arm.The ! ,heavy-duty vehicle specific mounting base mounts to existing OEM seat bolts for easy installation(C-HDM-142) 1 Heavy-duty height adjustable poles boli to the vehicle specific base.precision machined parts eliminate metal-to-metal contact and allow for smooth movement during height adjustment.(C-HDM-202)Swing arms with motion adapters are i lideal for computer usage from both the driver andfront passenger seats.(C-MD-102)Side support arms add upper pole ! support for premium top level stability.(C-HDM-401)BEDSLIDE-simply a better way to access your truck bed by turning it into an easy-access drawer.No more crawling around to get to your tools,gear or supplies.Simply grab the handle and pull,and the BEDSLIDE rolls all of your cargo out to you—saving time,effort and back pan:$1350 1 31 V.31B 1 !Optional equipment-specify $625.001,, DUVALFORD:Second Stage Manufacturer ship through for Reading(31 b)at$593 and Knapheide(31v)at$625.Includes j certification,second stage MSO,and weight slip-when combined with body options contained in specification.For all other i 1 factory registered Ship thru destination codes please contact dealer. SafeT 1 !Optional equipment-specify $525.001 • DUVALFORD:First Aid Fire Extinguisher and DOT LED rechargeable warning lights.3rd Brake Light Safety Pulse j (Pulses 3rd Brake Light(4)times upon application of brake pedal to increase driver awareness behind you when stopping) j I$229(59H*$5251 Labor 1 {Optional equipment-specify $120.001 DUVALFORD:Labor rate per how..Refer to Duval Ford's Emergency lighting price submission for Individual item i labor-time.Rate includes professional EVT certified installation,proper wire(SXL,GXL)Heal rated loom,connectors, prep time and personal consultation. Volume discounts available for large quantity purchases,call dealer for quote.1 TEMP 1 Temporary tag $ 001 i DUVALFORD:Includes administrative costs associated with the filing,transfer,acquisition,and installation of appropriate registration&Plate per option description allowed by section 3.23 Terms and Conditions 1 i 1 VEHICLE: F-350 Super Duty XL DRW(F3D) DEALER: Duval Ford LLC Duval Ford LLC Duval Ford LLC Duval Ford LLC ZONE: *Western *Northern *Central *Southern BASE PRICE: $27,275.00 $27,275.00 $27,350.00 $27,676.00 TX 1 Transfer existing registration(must provide tag number) $185.001! DUVALFORD:Includes administrative costs associated with the filing,transfer,acquisition,and installation of appropriate registration&Plate per option description allowed by section 3.23 Terms and Conditions.[ALT DJ Per terms and conditions section 3.22 INSPECTION AND ACCEPTANCE:an Alternative Delivery Destination charge per vehicle of 1$487 will be applied to all purchase orders where inspection and acceptance occurs away from the end user's registered 3 address within the state of Florida.For destinations where inspection and acceptance are located outside the Sunshine State contact dealer.This cost derivation is founded using computationally intensive statistical analysis utilizing data inputs such as cost of capital,interest carry on bad debt,delivery variance with outside location,tertiary damage,and fluchwting fuel costs.' TAG 1 ;New state tag(specify state,county,city,sheriff,etc.) $230.001; I DUVALFORD:Includes administrative costs associated with the filing,transfer,acquisition,and installation of 1 appropriate registration&Plate per option description allowed by section 3.23 Terms and Conditions 1 1 I MP575 1 Maintenance Plan-specify ! DUVALFORD:5 Year 75,000 mile Premium Maintenance Plan.15 service visits at 5000 mile intervals for vehicles with !Gas Engine,zero deductible.For GAS Chassis Cab&Cutaway vehicles use$2230.5 Year 75,000 mile Premium Diesel 1 I Maintenance plan$4175.15 Maintenance plan visits at 5000 mile intervals for vehicles with Diesel Engine,zero deductible.For DIESEL Chassis Cab&Cutaway vehicles use$3525.ADD$300 FOR Police,Emergency and Fire Use 1 i i MP675 1 Maintenance Plan-specify i $1,905.001' 1 DUVALFORD:6 Year 75,000 mile Premium Maintenance Plan.15 service visits at 5000 mile intervals for vehicles with Gas Engine,zero deductible.For GAS Chassis Cab&Cutaway vehicles use$2280.6 Year 75,000 mile Premium Diesel ' !Maintenance Plan,$4215.15 Maintenance plan visits at 5000 mile intervals for vehicles with Diesel Engine,zero I I deductible.For DIESEL Chassis Cab&Cutaway vehicles use$3580.ADD$300 FOR Police,Emergency and Fire Use 1 j MP610 1 i Maintenance Plan-specify $2,400.001; 'DUVALFORD:6 Year 100,006 mile Premium Maintenance Plan.20 service visits at 5000 mile intervals for vehicles with ! Gas Engine,zero deductible.For GAS Chassis Cab&Cutaway vehicles use$2845.6 Year 100,000 mile Premiwn Diesel Maintenance Plan$4820.20 Maintenance plan visits at 5000 mile intervals for vehicles with Diesel Engine,zero 1 !deductible.For DIESEL Chassis Cab&Cutaway vehicles use$4515.ADD$500 FOR Police,Emergency and Fire Use 1 ' ! 1 GB5751 !Warranty-specify $2,120.0011 DUVALFORD:5 Yr 75,000 mile zero deductible BASECare plan.5 Yr 100,000 mile zero deductible use$2940.Complete 1 pricing schedule available upon request.5 Yr 75,000 mile zero deductible BASECare plan for Incomplete Gas Vehicles: $2900.5 Yr 100,000 mile zero deductible use$3425.Complete pricing schedule available upon request.Prices quoted per .� 1 FordMoCo Florida Retail ESP August 1st 2018 Pricing Guide' 1 EE575 1 Warranty-specify $2,480.001 t DUVALFORD:5 Yr 75,000 mile zero deductible EXTRACare plan.5 Yr 100,000 mile zero deductible use$3345.Complete z i !pricing schedule available upon request.5 Yr 75,000 mile zero deductible EXTRACare plan for Incomplete Gas Vehicles: I $3145.5 Yr 100,000 mile zero deductible use$3855.Complete pricing schedule available upon request.Prices quoted per '! "FordMoCo Florida Retail ESP August 1st 2018 Pricing Guide' GP575 1 1 Warranty-specify - - $3,290.001 I DUVALFORD:5 Yr 75,000 mile zero deductible PREMIUMCare plan.5 Yr 100,000 mile zero deductible use$3920. j !Complete pricing schedule available upon request.5 Yr 75,000 mile zero deductible PREMIUMCare plan for Incomplete I Gas Vehicles:$3615.5 Yr 100,000 mile zero deductible use$4435.Complete pricing schedule available upon request. i {Prices quoted per FordMoCa Florida Retail ESP August 1st 2018 Pricing Guide' i GB575 1 Diesel Warranty-specify $2,120.001 I DUVALFORD:5 Yr 75,000 mile zero deductible BASECare plan.5 Yr 100,000 mile zero deductible use$2940.Complete I "pricing schedule available upon request.5 Yr 75,000 mile zero deductible BASECare plan for Incomplete Diesel Vehicles: I $3125.5 Yr 100,000 mile zero deductible use$4150.Complete pricing schedule available upon request.Prices quoted per FordMoCo Florida Retail ESP August 1st 2018 Pricing Guide' i 1 ! GE575 1 j Diesel Warranty-Specify I $2,480.001 DUVALFORD:5 Yr 75,000 mile zero deductible EXTRACare plan.5 Yr 100,000 mile zero deductible use$3345.Complete pricing schedule available upon request.5 Yr 75,000 mile zero deductible EXTRACare plan for Incomplete Diesel I 1 Vehicles:$3410.5 Yr 100,000 mile zero deductible use$4725.Complete pricing schedule available upon request.Prices !quoted per FordMoCo Florida Retail ESP August 1st 2018 Pricing Guide' i i 1 VEHICLE: F-350 Super Duty XL DRW(F3D) DEALER: Duval Ford LLC Duval Ford LLC Duval Ford LLC Duval Ford LLC ZONE: *Western *Northern *Central *Southern BASE PRICE: $27,275.00 $27,275.00 $27,350.00 $27,676.00 GP575 1 f Diesel Warranty-specify $3,290.001:' DUVALFORD:5 Yr 75,000 mile zero deductible PREMIUMCare plan.5 Yr 100,000 mile zero deductible use$3920. i {Complete pricing schedule available upon requests Yr 75,000 mile zero deductible PREMIUMCare plan for Incomplete Diesel Vehicles:$3940.5 Yr 100,000 mile zero deductible use$5520.Complete pricing schedule available upon request. Prices quoted per FordMoCo Florida Retail ESP August 1st 2018 Pricing Guide I • • f' t Memorandum To: Debbie Love CC: Steve Krug From: Bill Simmons Date: 10/15/18 Re: PO request a4QD2_0 ISO NEW VEHICLE PO REQUEST FOR-WATER FAC.533-10 FSA-SPEC#66(F3D)4X4 2019 FORD F-35 4X4 WITH SERVICE BOX $27,350.00 OPTIONS 99T=6.7 V8 DIESEL=$9,100.00 HD TOW-$1125.00 KSB696J-KNAPHEIDE UTL BODY=$7,000.00 31V-SHIP THRU COST=$625.00 LINX SB=SPRAY-IN LINER INCLUDE BOX TOP AND BUMPER=$1,035.00 TAG-YELLOW CITY TAG NEW-$230.00 v TOTAL=$46,465.00 1 1 DUVAL FORD 1 F 12.17.2018 11:45 CITY OF OCOEE Page 1 of 1 rg160_pg.php/Job No:60393 Requisition Print(PW004375) USER:DLOVE Initiator: DLOVE Fiscal Year: 2019 Req Type: Po Created By: DLOVE Status: Initial Created: 12.12.2018 Possesion: DLOVE Last Action: DLOVE Req Total: 46,465.00 Action On: 12.12.2018 Line - Qty UOM Unit Price Ext Price Stock # G/L Account / Vendor 1 1.00 EA 27,350.00 27,350.00 G/L: 401-533-10-6401 V: 6180-DUVAL FORD CO. 2019 FORD F-350 SUPER DUTY XL DRW (F3D) 1 TON PICKUP TRUCK DUAL REAR WHEEL (DRW) 4X4 SPECIFICATION # 66 FSA CONTRACT # FSA1B-VEL26.0 CITY FIN CODE QJ930 ESA FAN-QE065 TO INCLUDE AT NO CHARGE 620A TRIM PACKAGE, 44P 6 SPEED AUTO TRANSMISSION, 142 142"WHEEL BASE 8' BED, XL3 3.73 LIMITED SLIP AXLE, Z1 OXFORD WHITE, AS VINYL INT, 18B CAB STEPS, 52B BRAKE CONTROLLER 2 1.00 EA 9,100.00 9,100.00 G/L: 401-533-10-6401 V: 6180-DUVAL FORD CO. 99T1 ENGINE UPGRADE 6.7 VB DIESEL 3 1.00 EA 1,125.00 1,125.00 G/L: 401-533-10-6401 V: 6180-DUVAL FORD CO. HDTOW1 TRAILER TOWING PACKAGE 4 1,00 EA 1,035.00 1,035.00 G/L: 401-533-10-6401 V: 6180-DUVAL FORD CO. LINKSB1 SPRAY-ON BED LINER FOR UTILITY BODY WITH $100 ADDED FOR REAR BUMPER 5 1.00 EA 625.00 625.00 G/L: 401-533-10-6401 V: 6180-DUVAL FORD CO. KDB6961 MANUFACTURER'S STANDARD SERVICE UNIBODY 6 1.00 EA 7,000.00 7,000.00 G/L: 401-533-10-6401 V: 6180-DUVAL FORD CO. KDB696 MANUFACTURER'S STANDARD SERVICE UNIBODY, 14 GAUGE CONSTRUCTION 7 1.00 EA 230.00 230.00 G/L: 401-533-10-6401 V: 6180-DUVAL FORD CO. TAG1 NEW CITY TAG, TO BE PERMANENT YELLOW CITY TAG 46,465.00 Date By Attach. Notes 12.17.2018 DLOVE WATER FIELD OPS Date By Actions 12.12.2018 DLOVE Created By: Debbie Love CITY OF OCOEE Prepared for: Contract Holder DATE: CITY OF OCOEE Duval Ford Fleet Sales 10/10/18 BILL SIMMONS Laura Torbett BSlmmons•cLocoee.tl.us (Work)904-388-2144 (Fax) 904-387-6816 (Cell) 904-505-9682 Laura.Torbett@duvalf eet.com 1616 Cassat Ave.Jax,FL 32210 PLEASE CONFIRM RECEIPT OFQUOTE VIA EMAIL I appreciate your interest and the opportunity to quote. Prices are published by the Florida Sheriffs Association/ Florida Association of Counties&Florida Fire Chiefs'Association Automotive Contract#FSA18-VEL26.0 chassis/ FSA18-VEH16.0.(www.flsher/ffs.org) If you have any questions regarding this quote please call Vehicle will be ordered white exterior unless specified on purchase order. Labor Code Equipment Price 0 SPEC 66 FORD 1 TON PICKUP TRUCK(DUAL REAR WHEEL)-4X4 F3D 27,350.00 0 620A XL TRIM PACKAGE NC O 6.7L V8 DIESEL $ 9,100.00 0 44P 6 SPEED AUTO TRANSMISSION NC 0 142 142"WHEEL BASE 8'BED NC 0 90L POWER WINDOWS/DOORS NC 0 X3L 3.73 LIMITED SLIP AXLE NC 0 Z1 OXFORD WHITE NC 0AS VINYL INT 0 $ - $ 0 188 CAB STEPS $ - 0 52B BRAKE CONTROLLER $ - 0 HD TOW HD TRAILER TOWING PACKAGE 1,125.00 O KSB 696J KNAPHEIDE UTILITY BODY $ 7,000.00 O SIV SHIP THROUGH TO MANUFACTURER'S BODY COMPANY $ 625.00 O LINX SB LINEX SPRAY IN BEDLINER,INCLUDE TOPS OF UTILITY BODY AND BUMPER $ 1,035.00 O TAG CITY TAG AND TITLE 230.00 0` VENDOR PLEASE CLEARLY NOTATE ON YOUR PURCHASE ORDER WHERE DUVAL FORD IS TO COMMENTS SHIP YOUR VEHICLE,HOW THE VEHICLE IS TO BE TITLED,AND WHERE THE INVOICE _ IS TO BE MAILED. UNIT COST $ 46,465.00 TOTAL QUANTITY 1 TOTAL PURCHASE $ 46,465.00- Printed: 10/10/18 wcw.duvalfleet.com OCOEE LT.xlsx FA3 , f.7) FLORIDA ASSOCIATION OF +14:;,- r COUNTIES AU About Florida FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES 1 TON PICKUP TRUCK DUAL REAR WHF,EL (DRW) - 4X4 SPECIFICATION #66 2019 Ford F-350 Super Duty XL DRW (F3D) The Ford F-350 Super Duty XL DRW(F3D)purchased through this contract comes with all the standard equipment as specified by the manufacturer for this model and FSA's base vehicle specification(s)requirements which are included and made a part of this contract's vehicle base price as awarded by specification by zone. ZONE: *Western *Northern 1. *Central *Southern BASE PRICE: $27,275.00 $27,275.00 $27,350.00 $27,676.00 While the Florida Sheriffs Association and Florida Association of Counties have attempted to identify and include those equipment items most often requested by participating agencies for full size vehicles,we realize equipment needs and preferences are going to vary from agency to agency.In an effort to incorporate flexibility into our program,we have created specific add/delete options which allow the purchaser to tailor the vehicle to their particular wants or needs. The following equipment delete and add options and their related cost are provided here to assist you in approximating the total cost of the type vehicle(s)you wish to order through this program. Simply deduct the cost of any of the following equipment items you wish deleted from the base unit cost and/or add the cost of any equipment items you wish added to the base unit cost to determine the approximate cost of the type vehicle(s)you wish to order. NOPE:An official listing of all add/delete options and their prices should be obtained from the appropriate dealer in your zone when preparing your order.Additional add/delete options other than those listed here may be available through the dealers,however,those listed here must be honored by the dealers in your zone at the stated prices. VEHICLE: F-350 Super Duty XL DRW(F3D) DEALER: Duval Ford LLC Duval Ford LLC Duval Ford LLC Duval Ford LLC ZONE: *Western *Northern *Central *Southern BASE PRICE: $27,275.00 $27,275.00 $27,350.00 $27,676.00 Order Code Delete Options All Zones Air conditioning ; NAl DUVALFORD 1 AM/FM stereo radio ( NAl DUVALFORD 1 66D 1 Cargo box and rear bumper $200.001 DUVALFORD:Spare Tire Optional with Pick up Box Delete.66D/51x included with body options. 7&4-way combo trailer tow socket and bracket deleted. 1 SIX 1 • Full size spare tire and rim $50.001 DUVALFORD:Spare Tire Optional with Pick up Box Delete.66D/51x included with body options. 1 DX3L 1 Limited slip differential on 4-wheel drive $100.001 DUVALFORD 1 F3B 1 Single rear wheels,9,500 lbs. GVWR i $200.001 DUVALFORD 1 D9OL i Power Window and Door Locks $315.001 DUVALFORD:DELETES:Includes:1.Accessory delay 2.Manual folding,manually telescoping,power glass trailer tow mirrors with heated glass,heated convex spotter mirror,integrated clearance lamps/turn signals(54K)(XL&XLT only)3. Advanced Security Pack(Ind SecuriLock®Passive Anti-Theft System(PATS)and Inclination/InsIn sion Sensors)4. Power locks 5.Power Tailgate Lock 6 Power 1st row(front-seat)windows w/one-touch up/down 7.Power 2nd row (rear-seat)windows(Crew Cab)8.Power folding PowerScope®Telescoping,Power Glass Trailer Tow Mirrors with Heat, Turn Signal,High Intensity LED Security Approach Lamps, Utility Lighting System(LED Side-mirror Spotlights) (54F)(Lariat only)9.Remote keyless-entry 10. Upgraded door-trim panel on XL 1 D9OL 1 Keyless Entry NC 1 DUVALFORD:Included with 90L delete 1 D9OL 1 Programmed Key Fobs NC1 DUVALFORD:Included with 90L delete 1 Order Code Add Options All Zones 99T 1 Engine upgrade-specify $9,100.001 DUVALFORD:6.7L 4 Valve OHV Power Stroke®V8 Turbo Diesel B20 with manual push-button Engine-Exhaust Braking/TorgShift®Six-Speed Automatic w/SeleclSh f0 Automatic(6R140).For Engine Idle Shutdown timer add$249 5-20 Minutes. 1 1 DC7200 1 Engine upgrade-specify $3,450.001 DUVALFORD:Diesel Engine Care 13 Components covered for 7 years,8000 hours or 200,000 Miles.Includes$100 deductible.Add$755 is Emergency Certification is required Coverage includes but not limited to:1.All Internal i Lubricated Parts 2.Crankcase Oil Cooler 3.Cylinder Block 4.Cylinder Head Gasket 5.Cylinder Heads 6 EGR Cooler 7. i Fuel Injection Pressure Regulator 8.Fuel Injectors 9.0i1Pump 10.Timing Chain(Gears or Belt)11.Timing Chain Cover i 12.Turbocharger 13.Fuel Injection Pump 1 1 98F 11 model-specify $314.001 1 DUVALFORD:CNG/Propane Gaseous Engine Prep Package(avail.w/6.2L gas engine only) 1 98F 1 CNG model-specify $314.001 DUVALFORD:CNG/Propane Gaseous Engine Prep Package(avail.tiny/6.2L gas engine only) 1 CNG 1 CNG conversion(discuss with dealer) $11,800.001 DUVALFORD:Requires 98F/6.2L Gas Engine..8.2 GGE.For 15.1 GGE Add$1200.For Long Box 23.5 GGE Add $2050 1 1 VEHICLE: F-350 Super Duty XL DRW(F3D) DEALER: Duval Ford LLC Duval Ford LLC Duval Ford LLC Duval Ford LLC ZONE: *Western *Northern *Central *Southern BASE PRICE: $27,275.00 $27,275.00 $27,350.00 $27,676.00 942 I Daytime running lights 1 $44.001 I DUVALFORD: 1 1 . Jmmobili7e daytime running lights 1 Std1 I DUVALFORD: I I i CS 11 Cab shield headache rack(protects back of cab) • $625.001' i DUVALFORD:Solid Steel Bulkhead with Mesh Window. Use$450 when taking credit for stake front.For lighting plates !add$225 I PRPU 1 Pipe rack w/expanded metal basket over cab(for pickup bed) - $1,885.0011 1 DUVALFORD:Custom options available I PRSB 1 !Pipe rack w/expended metal basket over cab(for utility body) $1,995.001; DUVALFORD:Custom options available I SLR 1I Single ladder rack side mounted(specify street or curbside) $995.0011 "DUVALFORD:Custom options available 1 i I Front license bracket Stdi j i DUVALFORD: 1 1 76C 1 !Backup alarm,factory installed $139.001 I DUVALFORD:EXTERIOR AUDIBLE DEVICE.OEM Warranty 3/36 1 BUA 1 !Backup alarm,dealer installed $125.001: c DUVALFORD:WHELEN backup alarm recessed and wired with automotive heat tolerant wire and loom.Includes exclusive limited lifetime warranty 1 ADDS 1 i Optional equipment-specify $695,0011 DUVALFORD:LAPTOP:HaVis Premium PKG-PSM-242 package includes a heavy-duty vehicle specific base plate, heavy-duty pole with height adjust handle,swing arm motion device with tilt-swivel and stability support arm.The !' 1 heavy-duty vehicle specific mounting base mounts to existing OEM seat bolts for easy installation(C-HDM-142) 1 Heavy-duty height adjustable poles boll to the vehicle specific base.precision machined parts eliminate metal-to-metal contact and allmv for smooth movement during height adjustment.(C-HDM-202)Swing arms with motion adapters are j ideal for computer usage from both the driver and front passenger seats.(C-MD-102)Side support arms add upper pole j I support for premium top level stability.(C-HDM-401)BEDSLIDE-simply a better way to access your truck bed by turning i it into an easy-access drawer.No more crawling around to get to your tools,gear or supplies.Simply grab the handle and 1 pull,and the BEDSLIDE rolls all ofyour cargo out to you—saving time,effort and back pain$1350 I 1 II 1 31V.31B 1 Optional equipment-specify • $625.00 • 1: DUVALFORD:Second Stage Manufaciurer ship through for Reading(31b)at$543 and Knapheide(31v)at$625.Includes t=; i certification;second stage MSO,and weight slip when combined with body options contained in specification.For all other !factory registered Ship thru destination codes please contact dealer. 1 SafeT 1 ;Optional equipment-specify $525.001 • DUVALFORD:First Aid Fire Extinguisher and DOT LED rechargeable warning lights.3rd Brake Light Safety Pulse (Pulses 3rd Brake Light(4)times upon application of brake pedal to increase driver awareness behind you when stopping) 1 $229(59H*$5251 Labor 1 1 Optional equipment-specify $120.001 DUVALFORD:Labor rate per hour.Refer to Duval Ford's Emergency lighting price submission for Individual item labor-time.Rate includes professional EVT certified installation,proper wire(SXL,GXL)Heat rated loom,connectors, Iprep time and personal consultation. Volume discounts available for large quantity purchases,call dealer for quote.1 i TEMP 1 Temporary tag $ 001 DUVALFORD:Includes administrative costs associated with the filing,transfer,acquisition,and installation of appropriate registration&Plate per option description allowed by section 3.23 Terms and Conditions 1 VEIIICLE: F-350 Super Duty XL DRW(F3D) DEALER: Duval Ford LLC Duval Ford LLC Duval Ford LLC Duval Ford LLC ZONE: *Western *Northern *Central *Southern BASE PRICE: $27,275.00 $27,275.00 $27,350.00 $27,676.00 ESOF 1 Shift on the fly f Std11 DUVALFORD:STD 1 I TBM i j All terrain tread tires $164.001 i 1 DUVALFORD:LT245 BSWAT 17 1 N2 1 'Nitrogen filled tires including spare tire $285.001 !DUVALFORD:Replacing the air in your tires,andproperly maintaining them with NitroFill can increase your tire life by as much as 50%,increase your fuel economy as much as 10%and decrease your chances of experiencing a tire failure by as much as 75%(source:nitrofrll.com) 1 1 1 DCU 1 I Steel truck cap I $2,696.001; DUVALFORD:ARE.or equivalent"Deluxe Commercial Unit"aluminum caps offered with a broad selection of door and window options,storage configurations,rack choices,and optional equipment for any worksite application,.035 aluminum I exterior skin Full length side doors. Welded aluminum frame.Folding T-handles with BOLT One-Key technology 3 Year !Warranty Base Unit[Option]]Double Rear Door Add$430[Option 2]Front Window add$125[Option 3]Tool Boxes add$500 Set[Option 4]Center Divider add$150(option 5]Ladder Rack add$495 1 Trailer tow mirrors I Std 11 HDTOW 1 !Trailer towing package,to include heavy duty flashers,wiring for trailer plug(7 prong round),and 1 $1,125.001' 1 class 1V frame mounted trailer hitch with 2"square removable receiver, 1"shank with 2"ball. Does not include trailer tow mirrors.May be dealer installed. I ! DUVALFORD:Includes all manufacturer's standard towing components;exceeds spec. Upgrades to complete package with 2.5"receiver with sleeve and hardware(solid HD shank and solid Pin&Clip).For pintle ball combination add$245. I Speck if 6 way or custom plug(wiring)to be added 1 1 y LINXSB 1 Spray-on bedliner for utility body $935.001,: DUVALFORD:For rear bumper add$100.For Drop down doors both sides add$175.HD LINERBrand. 1 i `' I p o.Ct RDB C2 1 Knapheide,Reading or approved equivalent utility body-specify ! $7,685.001 ,DUVALFORD:Reading Classic 11::See(31b)Reading ship through.A60 pressed steel diamond plate floor and tailgate 1 inner panel,slam action tailgate,pooched bumper,HD compartment,18 ga.doors,rectangular rear lighting.Includes 66D I I bed credit.ADD$1830 for Aluminum,$1250 for Flip Top Lids.ADD$595 for Master-locking Rods,Add$935 for Electric i latch magic Remote Locking system,Dome Compartment Lighting$750.Led's$940 1 1 KDB6961 I Manufacturer's standard service unibody, 14 gauge construction-specify.Requires trailer tow $7,000.001! mirrors.May be dealer installed.(NOTE:If you are ordering a service body,we are advising you to contact the awarded vendor.) i , i DUVALFORD:Knapheide 696D54 Brand Service body,SEE(31v)Knapheide ship through.Fliptop lids add$850, Masterlocks add$500,Cabinet Lights$600,Power locks$935.NA with PC.Rugged 14gauge two-sided A-40 galvanneal j steel body shell with a six year warranty.Complete undercoating provides an additional layer of corrosion } ,j protection.Double panel door construction combined with stainless steel rotary latches.Includes 66D bed creditl ' PC 1 I Powder coating for utility body Incl.1 I DUVALFORD:Reading Brand only.SERVICE BODY BASE COAT CLEAR COAT PAINT::ADD$1295.For Two Tone ; 1 Truck paint Add$1496,includes top of doors,top of cab and roof 1 I j ( I • COVER 1 f Fiberglass tonneau cover(painted to match) ! $1,695,001 DUVALFORD:CENTURY BRAND or equal.May substitute RETRAX MANUAL bedcover:•One Piece Polycarbonate j ; IConstruction•Front Cover Remains Flush With Rolling Cover•Low Profile Design•Opens and Closes Easily With One j j I Hand'Sealed Ball Bearing Roller Design•No Pull Straps, Velcro,,S'napsor Springs•Clamp-on Design•Key Lockable In f Arty Position'Secures Your Valuable Cargo•Unlimited Hauling Flexibility'Strong Enough To Stand On•UV Protected• i No Maintenance'Great For 5th Wheel Towing•Limited Lifetime Warranty 1 '• • ii ' TOPPER 1 !Fiberglass cab high topper with front,side and rear windows(painted to match) 1 $2,015.001 DUVALFORD:Century Brand or equal.DuP ont/Axalta Automotive Paint Skirted Sides(Most models)Custom Fit Design I (Most models)Fiberglass Base Rails Installation Bulb Seal J-Clamp Installation Lifetime Limited Warranty(Refer to iii (f Owners Manual)Fixed Front Picture Window Side Windows:Recessed SUV Style with Crank Out and Screens Rear Door: Frameless Curved Glass Rear Door Hardware:Teardrop Twist Handle Dark Tint on All Glass Excluding Front Window 1 Insulated Roof Interior 12V Done Light Recessed LED Third Brake Light-Red Lens 1 1 • VEHICLE: F-350 Super Duty XL DRW(F3D) DEALER: Duval Ford LLC Duval Ford LLC Duval Ford LLC Duval Ford LLC ZONE: *Western *Northern *Central *Southern BASE PRICE: $27,275.00 $27,275.00 $27,350.00 $27,676.00 TX 1 Transfer existing registration(must provide tag number) $185.001 1 I DUVALFORD:Includes administrative costs associated with the filing,transfer,acquisition,and installation of appropriate registration&Plate per option description allowed by section 3.23 Terms and Conditions.[ALT DJ Per terms and conditions section 3.22 INSPECTION AND ACCEPTANCE:an Alternative Delivery Destination charge per vehicle of i$487 will be applied to all purchase orders where inspection and acceptance occurs away from the end user's registered i address within the state of Florida.For destinations where inspection and acceptance are located outside the Sunshine J State contact dealer.This cost derivation is founded using computationally intensive statistical analysis utilizing data inputs such as cost of capital,interest carry on bad debt,delivery variance with outside location,tertiary damage,and fluctuating fuel costs.' .' TAG 1 i New state tag(specify state,county,city,sheriff,etc.) $230.001' I DUVALFORD:Includes administrative costs associated with the filing,transfer,acquisition,and installation of j appropriate registration&Plate per option description allowed by section 3.23 Terms and Conditions 1 MP575 1 .1 Maintenance Plan-specify I $1,860.001 DUVALFORD:5 Year 75,000 mile Premium Maintenance Plan.15 service visits at 5000 mile intervals for vehicles with j Gas Engine,zero deductible.For GAS Chassis Cab&Cutaway vehicles use$2230.5 Year 75,000 mile Premium Diesel Maintenance plan$4175.15 Maintenance plan visits at 5000 mile intervals for vehicles with Diesel Engine,zero deductible.For DIESEL Chassis Cab&Cutaway vehicles use$3525.ADD$300 FOR Police,Emergency and Fire Use I I i • MP675 1 Maintenance Plan-specify I $1,905.001ii 'DUVALFORD:6 Year 75,000 mile Premium Maintenance Plan.15 service visits at 5000 mile intervals for vehicles with 1 I Gas Engine,zero deductible.For GAS Chassis Cab&Cutaway vehicles use$2280.6 Year 75,000 mile Premium Diesel I i i Maintenance Plan,$4215.15 Maintenance plan visits at 5000 mile intervals for vehicles with Diesel Engine,zero I I deductible.For DIESEL Chassis Cab&Cutaway vehicles use$3580.ADD$300 FOR Police,Emergency and Fire Use 1 j I MP610 1 I Maintenance Plan-specify $2,400.001; I DUVALFORD:6 Year 100,000 mile Premium Maintenance Plan.20 service visits at 5000 mile intervals for vehicles with i i Gas Engine,zero deductible.For GAS Chassis Cab&Cutaway vehicles use$2845.6 Year 100,000 mile Premium Diesel I j 'I Maintenance Plan$4820.20 Maintenance plan visits at 5000 mile intervals for vehicles with Diesel Engine,zero deductible.For DIESEL Chassis Cab&Cutaway vehicles use$4515.ADD$500 FOR Police,Emergency and Fire Use 1 ': I IiI GB575 1 1 Warranty-specify I $2,120.00 I DUVALFORD:5 Yr 75,000 mile zero deductible BASECare plan.5 Yr 100,000 mile zero deductible use$2940.Complete i pricing schedule available upon request.5 Yr 75,000 mile zero deductible BASECare plan for Incomplete Gas Vehicles: $2900.5 Yr 100,000 mile zero deductible use$3425.Complete pricing schedule available upon request.Prices quoted per , I FordMoCo Florida Retail ESP August 1st 2018 Pricing Guide' f I EE575 1 ;Warranty-specify ! $2,480.001 DUVALFORD:5 Yr 75,000 mile zero deductible EXTRACare plan.5 Yr 100,000 mile zero deductible use$3345.Complete pricing schedule available upon request 5 Yr 75,000 mile zero deductible EXTRACare plan for Incomplete Gas Vehicles:�$3145.5 Yr 100,000 mile zero deductible use$3855.Complete pricing schedule available upon request.Prices quoted per I I I FordMoCo Florida Retail ESP August 1st 2018 Pricing Guide' I GP575 1 I Warranty-specify _ I $3,290.0011 I DUVALFORD:5 Yr 75,000 mile zero deductible PREMIUMCare plan.5.Yr 100,000 mile zero deductible use$3920. I Complete pricing schedule available upon request.5 Yr 75,000 mile zero deductible PREMIUMCare plan for Incomplete I I Gas Vehicles:$3615.5 Yr 100,000 mile zero deductible use$4435.Complete pricing schedule available upon request. ! Prices quoted per FordMoCo Florida Retail ESP August 1st 2018 Pricing Guide' t GB575 1 1 Diesel Warranty-specify 1 $2,120.001; iDUVALFORD:5 Yr 75,000 mile zero deductible BASECare plan.5 Yr 100,000 mile zero deductible use$2940.Complete I i pricing schedule available upon request.5 Yr 75,000 mile zero deductible BASECare plan for Incomplete Diesel Vehicles: i I $3125.5 Yr 100,000 mile zero deductible use$4150.Completepricing schedule available upon request Prices quoted per I I FordMoCo Florida Retail ESP August 1st 2018 Pricing Guide' 1 GE575 1 i Diesel Warranty-Specify $2,480.001 DUVALFORD:5 Yr 75,000 mile zero deductible EXTRACare plan 5 Yr 100,000 mile zero deductible use$3345.Complete I pricing schedule available upon request.5 Yr 75,000 mile zero deductible EXTR.4Care p/an far Incomplete Diesel i I Vehicles:$3410.5 Yr 100,000 mile zero deductible use$4725.Complete pricing schedule available upon request.Prices I quoted per FordMoCo Florida Retail ESP August 1st 2018 Pricing Guide 1 I 1 VEHICLE: F-350 Super Duty XL DRW(F3D) . DEALER: Duval Ford LLC Duval Ford LLC Duval Ford LLC Duval Ford LLC ZONE: *Western *Northern *Central *Southern BASE PRICE: $27,275.00 $27,275.00 $27,350.00 $27,676.00 GP575 1 Diesel Warranty-specify 1 $3,290.001 DUVALFORD:5 Yr 75,000 mile zero deductible PREMIUMCare plan.5 Yr 100,000 mile zero deductible use$3920. i Complete pricing schedule available upon requesL5 Yr 75,000 mile zero deductible PREM1UMCare plan for Incomplete !Diesel Vehicles:$3940.5 Yr 100,000 mile zero deductible use$5520.Complete pricing schedule available upon request. • Prices quoted per FordMoCo Florida Retail ESP August 1st 2018 Pricing Guide 1 Memorandum 2.17-0„,1 T.1 LS To: Debbie Love CC: Steve Krug From: Bill Simmons Date: 10/15/18 Re: PO request \L,0,012._ .-kfr9513 NEW VEHICLE PO REQUEST FOR-WASTE WATER FAC. 535-00 FSA-SPEC#54(F1 E)4X4 2019 FORD F-150 $23,216.00 OPTIONS TEMP-TEMP TAG=$45.00 TAG-YELLOW CITY TAG NEW-$215.00 TOTAL=$23,476.00 COGGIN FORD REPLACE 1 12.18.201816:40 CITY OF OCOEE Page 1 of 1 rg160_pg.phplJob No:60857 Requisition Print(PW004379) USER:DLOVE Initiator: DLOVE Fiscal Year: 2019 Req Type: PO Created By: DLOVE Status: Initial Created: 12.18.2018 Possesion: DLOVE Last Action: DLOVE Req Total: 23,476.00 Action On: 12.18.2018 Line Qty UOM Unit Price Ext Price Stock # :' G/L..Account / Vendor 1 1.00 ES 23,216.00 23,216.00 G/L: 401-535-00-6401 V: 9313-COGGIN AUTOMOTIVE GROUP 2019 FORD F-150 XL 4WD (FIE) 1/2 TON PICKUP TRUCK 4X4 SPECIFICATION # 54 TO INCLUDE WXTERIOR COLOR : WHITE, EXTERIOR COLOR : GRAY VINYL CITY FIN QJ930 FSA FAN QE065 FSA CONTRACT # FSA18-VEH26.0 2 1.00 EA 215.00 215.00 G/L: 401-535-00-6401 V: 9313-COGGIN AUTOMOTIVE GROUP NEW 1 NEW CITY TAG TO BE PERMENANT YELLOW CITY TAG 3 1.00 EA 45.00 45.00 G/L: 401-535-00-6401 V: 9313-COGGIN AUTOMOTIVE GROUP TEMP 1 TAG 23,476.00 Date By Actions 12.18.2018 DLOVE Created By: Debbie Love 2 6 CFV2.11.4(Pir -N) COGGIN FORD DATE: OCTOBER 11 2018 FSA18-VEH26.0 BILL. TO: BILL SIMMONS 9650 Atlantic Boulevard CITY OF OCOEE Jacksonville,FL 32225 BSIMMONS(a CIOCOEE.FL.0 Phone:904.725.3060 x1277 Fax:904.723-6122 (SPEC#54 F150 XLT(FIE) PU 4X4 'AMOUNT COTRACT# FSA18-VEH26.0 2019 F1S0 XLT PICK UP 4X4 $ 23,216.00 EXTERIOR COLOR:WHITE INCLUDED INTERIOR COLOR:GRAY VINYL INCLUDED TEMP TAG $ 45.00 NEW-NEW CITY TAG $ 215.00 Subtotal $ 23,476.00 $ Total SUBTOTAL $ 23,476.00 Customers Approval for above work: TAX RATE Make all checks payable to COGGIN FORD.If you have any SALES TAX - questions concerning this invoice,contact Nichole Miller at(904)725-3060 at emiflerl@cogginauto.com 904-705-5954 OTHER THANK YOU FOR YOUR BUSINESS! TOTAL $ 23,476.00 ) UZ y- FA i' FLORIDA nssoc�,yTtoN or• 04 COUNTIES All About Florida FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES 1/2 TON PICKUP TRUCK - 4X4 SPECIFICATION #54 2019 Ford F-150 XL 4WD (FIE) The Ford F-150 XL 4WD(FIE)purchased through this contract conies with all the standard equipment as specified by the manufacturer for this model and FSA's base vehicle specification(s)requirements which are included and made a part of this contract's vehicle base price as awarded by specification by zone. ZONE: Western Northern Central `* Southern BASE PRICE: $23,216.00 $22,989.00 $23,216.00 $23,316.00 While the Florida Sheriffs Association and Florida Association of Counties have attempted to identify and include those equipment items most often requested by participating agencies for full size vehicles,we realize equipment needs and preferences are going to vary from agency to agency.In an effort to incorporate flexibility into our program,we have created specific add/delete options which allow the purchaser to tailor the vehicle to their particular wants or needs. The following equipment delete and add options and their related cost are provided here to assist you in approximating the total cost of the type vehicle(s)you wish to order through this program. Simply deduct the cost of any of the following equipment items you wish deleted from the base unit cost and/or add the cost of any equipment items you wish added to the base unit cost to determine the approximate cost of the type vehicle(s)you wish to order. NOTE:An official listing of all add/delete options and their prices should be obtained from the appropriate dealer in your zone when preparing your order.Additional add/delete options other than those listed here may be available through the dealers,however,those listed here must be honored by the dealers in your zone at the stated prices. VEHICLE: F-150 XL 4WD(FIE) DEALER: Coggin Auto(Ford) Bozard Ford Coggin Auto(Ford) Coggin Auto(Ford) ZONE: Western Northern Central Southern BASE PRICE: $23,216.00 $22,989.00 $23,216.00 $23,316.00 Western &Central Order Code Delete Options &Southern Northern AM/FM stereo radio NA NA Air conditioning NA NA Full size spare tire and rim NA NA 85A 1 Power Windows and Door Locks $215.001 $475.002 D-85A 2 Keyless Entry ( NA l NA MUST DELETE 85A POWER LOCKS AND WINDOWS 1 Programmed Key Fobs NAl NA MUST DELETE 85A POWER LOCKS AND WINDOWS 1 XL3 1 I Limited slip differential on 4-wheel drive $100.001 $100.002 D-XL6 2 !Electronic Locking 3v/3.31 Axle Ratio 1 I Western &Central Order Code Add Options &Southern Northern 99P 1 Engine upgrade-specify $994.001 $994.002 99P-44G 2 Engine:2.7L V6 EcoBoost 1 2.7L ECOBOOST ENG 2 995 1 Engine upgrade-specify , $1,994.001 $1,994.002 995-44G 2 Engine:5.0L V8 1 5.OL V-8 ENG 2 98G 1Bi-fuel model-specify $314.001 NA REQ.995 Engine:5.OL V8 1 Battery,650 cca or greater j NA NA 98G 1 CNG Model-Specify $314.001 ' $314.002 98G 2 REQ 5.0L V-8 ENG 2 CNG 1 CNG Conversion(discuss with dealer) $15,000.001 $13,996.002 98G-CNG 2 CALL DEALER FOR OPTIONS 1 REQ 5.OL V-8 ENG 2 Dual batteries NA NA 98G-LPG 2 LPG Conversion(discuss with dealer) NA $13,996.002 REQ 5.0L V-8 ENG 2 NONGV3 1 7,700 lbs. GVWR $3,289.001 NA REQUIRES TRAILER TOW PACKAGE&5.0L V8 ENGINE UPGRADE& 141"WHEELBASE(7600 GVWR) 1 67T 1 Electric brake controller $274.001 $274.002 67T 2 Traction control Std 1 Std VEHICLE: F-150 XL 4WD(F1E) DEALER: Coggin Auto(Ford) Bozard Ford Coggin Auto(Ford) Coggin Auto(Ford) ZONE: Western Northern Central Southern BASE PRICE: $23,216.00 $22,989.00 $23,216.00 $23,316.00 F1E/XLT 1 Manufacturer's model upgrade package(specify pkg.bid) 1 $2,054.001 1 $1,084.002 101A 2 Equipment Group 300A Base Includes:-Engine:3.3L V6 PDFI Includes auto start-stop technology and flex f nel capability.-Transmission:Electronic 6-Speed Automatic Includes selectable drive modes:normal/tow-had/sport.-3.55 Axle Ratio-G10VR:6,100 lbs Payload Package-Tires:P245/70R17 BSWA/S-Wheels:17"Silver Painted Aluminum-Cloth 40/20/40 Front Seat Includes 4-way adjustable driver/passenger headrests,manual driver/passenger lumbar and armrest with storage.-Radio:AM/FM Stereo/Single-CD Player Includes 4 speakers. -SYNC 1 ST 1 Seat trim upgrade-specify NC 1 NC2 CG 2 Vinyl 40/20/40 Front Seat 1 CLOTH SEAT 2 85A 1 Power windows/door locks I $969.001 Incl. 50S 1 Speed control $224.001 $224.002 50S 2 Tilt steering wheel Std Incl. Passenger dome lamp Std Incl. Bucket seats in lieu of bench seat NA Std 1 168 Carpet in lieu of rubber floor covering $144.001 I $144.002 168 2 FM 1 Floor mats $394.001 $134.002 47R 2 ALL WEATHER FLOOR MATS 1 REQ CARPET FLOOR COVERING 2 . 924 1 Deep tinted glass $99.001 $319.002 924-57Q 2 FACTRORY TINT FOR LEGAL DARKEST TINT$289 FOR REG CAB—1/----ADD$49 FOR SUPER OR CREW CAB 1 Sliding rear window NA NA 58B 1 AM/FM radio with single CD $289.001 $289.002 58B 2 On-Star NA NA 58C 1 I Satellite radio $484.001 $484.002 58C 2 Side air bags Std Std 18B 1 Cab Steps $249.001 $249.002 18B2 F1E/141 1 Long bed in lieu of short bed $950.001 $299.002 F 1 E-141 WBASE 2 INCLUDES 8FT BED 1 L-SPOT 1 Left-hand pillar mounted 6"spotlight with clear halogen bulb,dealer $525.001 I $696.002 LH-6 2 installed LR-SPOT 1 Left&right-hand pillar mounted 6"spotlight with clear halogen bulb,dealer $1,020.001 $896.002 L&RH-6 2 installed R/V-S 1 Vent visors-stick-on style $160.001 $175.002 VV-ST 2 FRONT 2 DOORS---//ADD$49 FOR SUPER OR CREW CAB 1 R/V-F 1 Rainshields-flange style $169.001 $175.002 RS-FS 2 I FRONT 2 DOORS—//—ADD$49 FOR SUPER OR CREW CAB 1 VEHICLE: F-150 XL 4WD(FIE) DEALER: Coggin Auto(Ford) Bozard Ford Coggin Auto(Ford) Coggin Auto(Ford) ZONE: Western Northern Central Southern BASE PRICE: $23,216.00 $22,989.00 $23,216.00 $23,316.00 BUGS 1 Bug shield $200.001 $196.002 BS 2 54M-54Y 1 'Trailer tow mirrors $394.001 NA WGG 1 Wrap-around grille guard $1,595.001 $1,796.002 WA-GG 2 WESTINSPORSTMAN/STERLING VEHICLE SPECIFIC WRAP AROUND GRILL GUARD,ADD 525 FOR WINCH MOUNT AND PLATE.—**CONTACT DEALER FOR MULTI-OPTION DISCOUNT**1 ATB 1 Aluminum tool box $545.001 $496.002 ATB 2 HD ALUMINUM DIAMOND PLATE LOW PRO TOOL BOX 18'DEPTH/---85 GALLON FUEL N TOOL COMBO W/LSHAPED FUEL TANK,TOOL BOX,I3GPMFUEL TRANSFER PUMP,HOSE NOZZLE&GPI INLINE DIGITAL FLOW METER=$1946//SADDLE BOX WI SINGLE LID&TWO BED RAIL MOUNTED SIDE TOOL BOXES$1269 REQUIRES 157"WB.,----**CONTACT DEALER FOR MULTI-OPTION DISCOUNT**CALL FOR OPTIONS ON SIZES,DEPTHS OR OTHER IDEAS 1 96P 1 Bedliner $349.001 $349.002 96P 2 DROP IN BED LINER 1 96W 1 Spray-on bedliner(Rhino,Line-X or approved equivalent) $494.001 $594.002 96W 2 //FACTORY—//---DEALER INSTALLED SPRAY IN LINER$660 1 Tow hooks Std Std 53B/2BB 1 Class IV hitch and ball $598.001 $196.002 53B 2 DRAW BAT 2"BALL,PIN—//-2 5/16"BAR&BALL AND$35—/I---DEALER INSTALLED HD CLASS IV W/2.5 RECIEVER, 7PIN WIRE HARNESS,SOLID STEEL SHANK DRW BAR,2 5/16"BALL-PANTILE HOOK COMBO ADD$1851 INC 2"BALL PIN&CLIP 2 8KW 1 8,000 lb.winch with remote $1,295.001 $1,796.002 8LB-WR 2 REQ WRAP AROUND GRILL GUARD WITH WINCH MOUNT PLATE—**CONTACT DEALER FOR MULTI-OPTION DISCOUNT**1 53A/2BB 1 Heavy duty towing package up to 5,000 lbs.with appropriate hitch $625,001 I $696.00211 53A 2 INCLUDES 2"BAR&BALL 1 INC 2"BALL PIN&CLIP 2 F1E/53A 1 Heavy duty towing package up to 7,200 lbs.with appropriate hitch $994.001 $3,879.002 994-53C-XL9-67T-655-2 Trailer Tow Package Ordering the Trailer Tow Package does not include Trailer Tow Mirrors. Trailer Torr Mirrors are a standalone option and must be ordered separately.(Option Code: 54M or 54Y/59S).Ordering the Trailer Tow Package does not include Integrated Brake Controller(67T).Integrated Brake Controller(67T)is a standalone option and must be ordered separately.Towing capability up to 11,100 lbs.Includes:-Class IV Trailer Hitch Receiver Includes towing capability up to 5,000 lbs.on 3.3L V6 PFDI engine(99B)and 2.7L EcoBoost engine(99P)or up to 7,000 lbs.on 3.5L EcoBoost engine(99G)and 5.0L V8 engine(995),smart hailer tow connector and 4-pin/7-pin wiring harness.-Upgraded Front Stabilizer Bar 1 INC 3,5L ECOBOOST ENG&MAX TRAIKER TOW PKG&TRAILER BRAKE CONTROLLER &EXT RANGE FUEL TANK&3.55 LIMITED SLIP&2"BALL PIN&CLIP 2 413 1 Skid plates $225.001 $159.002 413 2 Shift on the Fly Std Std FTC 1 Fiberglass tonneau cover(painted to match) $1,895.001 $1,796,002 FGTC2 UNDER COTERBLACK COMPOSITE TONNEAU COVER=$1490,---//FACTORY HARD TRI-FOLD TONNEAU COVER$1395//FOR RETRAX BRAND LOCKING RETRACTABLE COVER USE$1446----//ROLL-N-LOCK VEHICLE SPECIFIC LOCKABLE COVER$1895)---**CONTACT DEALER FOR MULTI-OPTIONDISCOUNT**1 VEHICLE: F-150 XL 4WD(FIE) DEALER: Coggin Auto(Ford) Bozard Ford Coggin Auto(Ford) Coggin Auto(Ford) ZONE: Western Northern Central Southern BASE PRICE: $23,216.00 $22,989.00 $23,216.00 $23,316.00 F/TOP 1 Fiberglass cab high topper with front,side and rear windows(painted to $2,450.001 $2,196.002 FCHT 2 match) FOR ACCESS WINDOWS IN LIEU OF FIXED GLASS ADD$485—**CONTACT DEALER FOR MULTI-OPTION DISCOUNT**I 942 1 I Daytime running lights $44.001 i $44,002 942 2 I Immobilize daytime running lights Std NA T7C 1 All terrain tires in lieu of all season tires j $295.001 Std LT245/70RI7E BSW Ail' 1 ! ! NFT 2 Nitrogen filled tires including spare tire NA $196.002 1 Full size spare tire and rim ( Std Std Midbox body option NA NA S/CP 1 Steel truck cap $4,500.001 $10,996.002 STC 2 SWING REAR DOORS W/VERT.GLASS ADD$488 SPACE KAP OR COMPARABLE-6"( ! TRANSFERABLE BODY)BODY CAN BE PLACED INANY 8'TRUCK BED.EASLIY TRANSFERABLE.ALSO AVAILABLE FOR 8TRUCK BED//ADD CONTRACTOR BIN ! PACKAGE FOR$1445 ADD SERVICE PKG FOR$3100—**CONTACT DEALER FOR MULTI-OPTION DISCOUNT**1 C/SLDSH 1 Cab shield headache rack(protects back of cab) $598.001 $796.0021 CSHR 2 ---**CONTACT DEALER FOR MULTI-OPTION DISCOUNT** 1 P/RCKPREP 1 Pipe rack w/expanded metal basket over cab(for pickup bed) f $1,850.001 $1,796.002 PR-EMB 2 I—**CONTACT DEALER FOR MULTI-OPTION DISCOUNT** 1 I Pipe rack w/expanded metal basket over cab(for utility body) NAI NA ----**CONTACT DEALER FOR MULTI-OPTION DISCOUNT** 1 S/LR 1 Single ladder rack side mounted(specify street or curbside) $1,250.001 $1,296.002 SL-R 2 STEEL LADDER RACK'--FOR ALUMINUM ADD$825—**CONTACT DEALER FOR I MULTI-OPTION DISCOUNT"! 153 1 Front license bracket NC1 NC2 153 2 85H 1 Backup alarm,factory installed ! $124.001 $124.002 85H 2 BUA i Backup alarm,dealer installed $180.001 $179.002 BA-D 2 1200LG//WIILB54 1 'Optional equipment-specify I $2,985.001 NA 1200LB LIFT GATE—WHELEN 54"FULL LIGIITBAR USE$2986—FOR FEDERAL SIGNAL DEDUCT$500**CONTACT DEALER FOR MULTI-OPTION DISCOUNT**1 3K/LABOR/4/CSLED/ Optional equipment-specify $785.001 NA SAFETY 1 FOUR CORNER STROBESµ//DOT SAFTY KIT:FIRE EX'TENGUISHER,3 SAFETY TRIANGLES&FIRST AID KIT$269//LABOR HOURLY RATE$115—/1 3K FOR EXTRA VALET KEY$110 ADD$275 FOR EXTRA KEY FOB 1 CABBED/UPGRD 1 Optional equipment-specify $2,870.001 NA CAB SIZE UPGRADE:SUPERCAB—//--CREW CAB ADD$330—//TO UPGRADE TO AN 8F7'BED FROM A 6FT BED ADD$1305 1 NEW 1New state tag(specify state,county,city,sheriff,etc.) $215.001 $185.002 NST VEHICLE: F-150 XL 4WD(F1E) DEALER: Coggin Auto(Ford) Bozard Ford Coggin Auto(Ford) Coggin Auto(Ford) ZONE: Western Northern Central Southern BASE PRICE: $23,216.00 $22,989.00 $23,216.00 $23,316.00 TRANS I Transfer existing registration(must provide tag number) f 2 $189.001 $100.0021 3(TRABSFER ! ..$45.00' TEMPI 2 I Temporary tag $16.002 TEMP TAG MPI Maintenance Plan-specify ! NAI $2,400.002 GMP 6/100 2 Gas Premium Maint.Plan 6 yea/100,000 mi.5000 mi Intervals 20 SVC visits$0 Deductible. Contact Dealer for available miles/years/interval&synthetic oil options 2 MPI Maintenance Plan-specify NA1 NA MPI Maintenance Plan-specify NAI NA WAR 1 Warranty-specify NAI $2,070.002 6/100-P 2 6 year/100,000 mile Ford Power train Care Warranty$0 Deductible 2 WAR I i Warranty-specify NAI $2,515.002 6/100-B 2 6 year/100,000 mile Ford Base Care Warranty$0 Deductible 2 WAR 1 Warranty-specify NAI 1 $3,010.002 6/100-E 2 6 year/100,000 mile Ford Extra Care Warranty$0 Deductible 2 I I 1 i 01.02.2019 15:47 CITY OF OCOEE Page 1 of 1 rg160_pg.php/Job No:62801 Requisition Print(PW004394) USER:DLOVE Initiator: DLOVE Fiscal Year: 2019 Req Type: PO Created By: DLOVE Status: Initial Created: 12.27.2018 Possesion: DLOVE Last Action: DLOVE Req Total: 10,944.91 Action On: 12.27.2018 Line Qty UOM Unit Price Ext Price Stock # G/L Account / Vendor 1 1.00 EA 9,666.44 9,666.44 G/L: 401-535-00-6400 V: 3756-WESCO TURF, INC. 2019 TORO WORKMAN MDX MODEL 07235 STATE CONTRACT NUMBE 21100000-15-1 2 1.00 EA 442.40 442.40 G/L: 401-535-00-6400 V: 3756-WESCO TURF, INC. 07324 CANOPY WM MD/MDX 3 1.00 EA 550.63 550.63 G/L: 401-535-00-6400 V: 3756-WESCO TURF, INC. 07389 ELECTRIC CARGO BED LIFT KIT (2014+) 4 1.00 EA 219.49 219.49 G/L: 401-535-00-6400 V: 3756-WESCO TURF, INC. 133-0630 SPRING UPGRADE KIT 5 1.00 EA 65.95 65.95 G/L: 401-535-00-6400 V: 3756-WESCO TURF, INC. 30004 400 HOUR FILTER MAINTENANCE MVP KIT 10,944.91 Date By Actions 12.27.2018 DLOVE Created By: Debbie Love A3f ���` V— I ` T1 I a 1 1 { WE ?5TURF2101 Cantu Court,Sarasota FL 34232 300 Technology Park,Lake Mary FL 32746 7037-37 Commonwealth Avenue,Jacksonville,FL 32220 I C January 2,2019 Bill Simmons,Operations Manager Ocoee 301 Maguire Road Ocoee,FL 34761 Dear Bill Simmons, Thank you for your interest in Wesco Turf. Per your request,I am pleased to submit the enclosed quotation. This quotation meets or exceeds ANSI Safety Specifications.Toro Commercial Equipment carries a two-year or 1500 hour warranty. Pricing is valid for(30)days from the date of quotation. Time of delivery may vary;please check when placing order. State Contract Number: 21100000-15-1 Please fax your purchase order to Wesco Turf at 941.487.6889. Should you have any further questions regarding this proposal,please do not hesitate to contact me or our office. My direct phone number and email are listed below for your convenience. Once again,thank you for your consideration of Wesco Turf. Best regards, Jerry ,4- a'ns Commercial Sports Fields&Grounds Territory Manager-Lake Mary (407)467-2067,jerry.adams@wescoturf.com YM?5PIRF Thank you for considering Wesco Turf,Inc.for your equipment needs. If I can be of any further assistance,please do not hesitate to contact me. Sincerely, Jerry rivticovs Commercial Sports Fields&Grounds Territory Manager-Lake Mary (407)467-2067,jerry.adams@wescoturf.com Quote#:Q-00015740 Page 3 of 3 W&öTURF January 2,2019 Quote#:Q-00016975 Bill Simmons,Operations Manager Bill To: 307331 Ship To: 310752 Ocoee OCOEE,CITY OF CITY OF OCOEE 301 Maguire Road 150 N LAKE SHORE DRIVE 301 MAGUIRE RD Ocoee,FL 34761 OCOEE, FL 34761-2258 OCOEE, FL 34761 State Contract Number: 21100000-15-1 All pricing is valid for thirty(30)days Total Qty Model No Description MSRP Each Discount% Price Each Net Price Extended Price Units 1 1 07235 Toro Workman MDX 12,236.00 21.00 9,666.44 10,944.91 $10,944.91 1 07324 Canopy WM MD/MDX 560.00 21.00 442.40 1 07389 Electric Cargo Bed Lift Kit 697.00 21.00 550.63 (2014+) 1 133-0630 Spring Upgrade Kit 219.49 219.49 1 30004 400 Hour Filter 73.86 65.95 Maintenance MVP Kit $$MVP$$**PP Terms: Net 30 Days Equipment Total $10,944.91 State Sales Tax(6.00%+0.50%County Surtax) $0.00 Total $10,944.91 Please indicate your acceptance of this quote as an order by signing below and returning via e-signature or via fax to Wesco Turf at 941.487.6889. Please include your preference for height of cut and requested delivery dates where applicable. riCheck this box if you DO NOT want to receive a hard copy of the Parts Manual. PDF version is also available online at https://www.wescoturf.com/content/51-toro-manuals Signed: Name: Date: The above quote meets or exceeds ANSI Safety Specification. Toro Commercial Equipment carries a two-year or 1500 hour warranty. The preceding pricing is good for 30 days,not including Sales Tax,after which time new pricing would have to be submitted. Time of delivery may vary;please check when placing order. All payments are subject to state and local taxes. Quote#:0-00016975 Page 2 of 3 1 WEI?5fURF Thank you for considering Wesco Turf,Inc.for your equipment needs. If I can be of any further assistance,please do not hesitate to contact me. Sincerely, Jti1/ A-0.1'5 Commercial Sports Fields&Grounds Territory Manager-Lake Mary (407)467-2067,jerry.adams@wescoturf.com F Quote#:Q-00016975 Page 3 of 3 ���--4.r.1. n ,4,243:=`. i54,.=a._ �.Wi';e ..�.,._ viz 1.r__. jr2xfiAULHORQEU.FRICE.LIST-TEMPLATE s _:_ :.; ,: a-Y`�,y-f;Y".,.,..L d.; _ .a=te '_ Contractor's Organhation Name: Wesco Turf,Inc. Contractor's FEIN: 59-2763187 Manufacturer/Brand Name: Tom Contracted Group No(s).: 2,5,7.8.0,17 and 18 Revision Date: )51132015 Notes: 1.Commodity Tyle Key:B=Base Equipment 0=OEM Option,Accessory,&Implement related to the Immediate precedg Base Equipment 2.The Authored Price List is not compete unless used In conjunction w6h the full regutements,specifications,terms,and conditions of the Contract Please see the State Term Contractvebsde GROUP Group Description Sub Group '- Sub Group Description -- .1 Group 16 Golf Specialty Vehicles 30 Turf 6 Golf UNily Vehicles Group 17 Golf&Turf Mowers 31 Greens Mowers Group 17 Golf&Turf Mowers 32 Fairway Mowers Group 17 Golf S Turf Mowers 33 Rough,Trim,&Sports Mowers Group 18 Golf and Sports Specialty Equipment an Accessories 34 Walk-behind/Push power Equipment or Riding Equipment Sad cutters,Edgers,Sprayers,Spreaders.Aerators,Overseeders,etc. Group 18 Golf and Sports Specialty Equipment an Accessories 35 Specialty Attachments Includes:Feld and Bunker Rakes,Greens Rollers,Aerators,etc. _ - _ _ MSRP lb2 CONSRACIm'_-. COHIRYGIEDNET,. GROUP `Sub GroiiE ui ment Descri tion - i@PIJCAeLEMszw �� _ p _`,-,---_,1_'RujtBBR _ `_ 9 P P °A� uuceuer-_t PPoCE-` 18 30 T. - 07351 Workman NDX OND(Kubota gas) 030,030.50.. 7/7/2016 21.00% $14,431]0 18 30 07317 WoroamnHDX.O 412A(Kubota diesel) $32,138.00 7/1/2016 21.00% $26,317.44 18 30 07383 Workman 140X, 524,414.00 1/1/2016 21.00% 319.217.06 18 30 07368 Workman HO 022.087.00 11172011 21.00% $17,441.73 18 30 07314 War/mon HU MO $26,/04.00 1/112016 2100% 320443.31 16 30 07310 Workman HDX Argo 121.141.00 7118016 21.00% 020,161]9 16 30 07311 Workuwr6004)VA $27,049.00 7/172015 21.00% $11.361.71 16 30 07279 Workman MO(Calforda Cub Complard) $9,119.00 7/1/2010 21.00% 87.18911 16 30 07399 Workman 00]E 312,710.00 7/1/2016 31.00% $10,040.00 16 30 07273 5000118016000 512,22600 711)2011 21.00% $1,/18.44 18 30 07381 Workman/27320 614264.00 7/1/1016 21.10% 111,331.60 16 30 07372 Canopy 361609 71110011 21.00% $41664 16 30 07373 Foldhg wbadshield 5271.00 7/112010 21.00% $21715 16 30 07349 Cab Heater 1016.00 7/1/2016 21.00% $04111 16 30 07371 4 Pod ROPE for HD&HDX 0640.00 7/1/2016 21.00% $606.60 16 30 07392 ROP$Certified Hard Cab(Doors Sold Separately) 04,104.00 7/1/2016 2100% 03,374.14 16 30 07393 Door KK $1.398.00 711/2016 21.00% 31,10204 16 30 07419 Rear PTO Kit $1,003.00 7/112015 31.00% $71217 16 30 $1710 Hear PTO Overrunning C/Mch(Regr$e on rear mounted attachments 54,402.00 7/1/2010 21.00% $3,177.69 sued k mobye ooeralbn.) 18 30 07311 High FowHydrauDelOt(HDX Models) $1,714.00 7/1r2o 15 21.04% 31,384.06 16 30 07317 Light 80'Right Side'foe HD 0600(Cannel use on F1250006 year) $531.00 711/2016 21.00% 3422.16 16 30 07311 Hand Thre00 KR 3401.00 711/2516 21.00% 6323.11 16 30 07377 Heavy Duly Hitch Frame 11,171..00 7/112016 21.00% 0911.41 16 30 44200 Heavy Duly Power Lilt Holster HHch 11,261.00 71110016 21.00% 0998.16 16 30 07303 Fold Dorm SWe/Q(uiallgale)for Fug Flatbed 61,271.00 7/112016 2100% 01,009.12 16 30 07331 Plastic Redlner(Rs M&213 she beds) 5173.00 1/110015 21.00% 3294.67 16 30 07301 Full Flat lied 01,860.00 71110015 23.00% $1.311.40 16 30 07303 Full Bed Side Kit $178.00 7101010 21.00% 061234 16 30 07321 213 Flatbed $918.00 7/1/2015 3130% 072612 16 30 07322 210 Flatbed-Side 68 0017.00 7/1/2016 2130% $0460 16 30 44225 Topdress 18.lieu.It 37,41.00 7/12015 21.00% 56278.06 16 30 01111 1/3 Flatbed(Raaf 213 MO be 40vered6 $100.00 7/12016 11.00% 5474.79 16 30 07342 12 Flatbed 5140e Side 101 024600 7/1/2015 21.00% 0114.34 16 30 07347 12 Verdcal 1St 511220.00 7/12016 21.00% $1,163.10 16 30 41268 Vicon Spreader $3,781.00 7/12010 2100% 82,/2173 16 30 41283 Vicon Spreader Moulting lit 52,630.00 7112016 21.00% 31,990.10 18 30 44242 Cushman Core Harsester Adapter 681600 7112015 21.00% $644.4 15 30 41249 II"M�"�W6 Pro W015prayu Accessory 4411' $13,706.00 7/12015 23.00% 513007.74 IN el)ProWM$waver Accusorvl 16 30 O 41323 New Goan Retrofit lot 56,321.00 7112016 23.4% 21.89612 16 30 0 41241 Ckan Rine Kir(Hew Clean Rine Mt terMdlPre VOA) 51,632.00 7/12010 2300% 3121020 16 30 0 41244 Owmleal PM09000)119.3•e) 32,66630 7/1/2015 2300% 02.027.14 18 30 0 41245 Oeda(c Hes.Reel KR(32 VaM) 13241.00 7112016 21.00% 32,68682 16 30 0 41232 Fenn Markel/KR f0051eeyersl 52.131.00 7212016 23.00% 51,011.03 16 30 0 47219 UM Sonic Beam 1l RR(FM OMP5604 MP1150aM Multi Pro Welmodeb 00th 03,001.00 7/12016 2400% 13,37131 fully hydra.b eeumwbn) 18 30 41602 Oder Rdneree Boom Henn 1/21 52,406.00 7112016 23.00% $1.199.15 16 30 41020 51r411 Neale Mt.Fee AILMW an Sprayers 1116.00 702016 21.00% $948.54 16 30 41131 Had sem/Wad IR(For M,d0P,o WM a 4403350) 434.00 7/12015 21.00% 3342.16 16 30 41167 Preloomcor ,eak(4 me pl.per cue) 3260.00 1/12016 2t00% 3117.60 16 30 41206 RurWekl%MR)SOS.eeul.d) 5456.00 7/1/2010 2100% 0351.12 18 30 11210 Oak:ma lea,Rtunstadel..M4HP,oWM(0.1.1V1) $201.00 7/12016 21.00% 622128 16 30 07420 Hod TlveNk0e $11730 7/72015 21.00% 1147.73 16 30 07391 49.h3310334e3f4(Wev0mae 1004010) 12,917.00 7/12015 21.00% $2.304.43 16 30 07390 H%hhwXydreeealmrerWerlomnung Aron $1.382.00 7/12015 21.00% $1,011.71 16 30 07397 Hee Rape tenon(Model Year 3014) $210.00 122016 2100% 511730 16 30 07394 High Ranee Lodden(eldd0year2015a) $107.00 , 7/02015 2400% I 004.63 16 30 07320 005SCe,eGd Hard hb(Deeds 6844 Sepantety) 33,303.00 , 7112016 22.00% 5304.37 18 i 30 0734 Cab Deora(30dorol6o,oendo5elole) $1.376.00 7/12015 21.00% $1,006.21 16 30 07324 one,puduaall euppodhuluera;0nta3ed w/orw/eut00a31 $860.00 7/112010 21.0014 044240 16 30 07326 Fald&,ebe401i014 0213.00 7/12016 21.00% 6207.77 16 30 07326 5000Widdadd $247.00 7/12015 2300% 0191.13 O 07270 ROMInnen%seat Ink/ (RegWnd $71830 7/3.2076 23.4% 5666.4 18 30 to taupe Pend aped k 30 mph) 16 30 07316 lroh Guard&eusper 1287.00 7102016 2100% 623013 16 30 07326 Heavy Duty hart Manua 0182.00 1/110016 21.00% 3127.16 16 30 07312 MO/MoX/MDXa Oemit Cube 9ed1.002 20348 Hewer 069730 7/1/2015 21.00% 8560.63 16 30 07270 Reurrn lads $100.00 7/12016 2400% $140.4 16 30 07318 12V0e1Yer Ple3Maps,Mt(2010Mdeb and newer) 052830 1/02016 2100% 417.12 16 30 07316 MOE Electric Cares Rd lift tat.30148 Heves, $237.00 7/112018 2t00% 661213 18 30 07312 MOe 01a4104 rpt W 12rM10111013 $729.00 7/12016 2t00% 157601 16 30 07311 540,000 ad14912-0 Mamie Cargo Bed rift 1331011-2019 1611.00 7/12016 2130% 5630.09 17 31 04066 OOeeosmasfer 1000 $1,532.00 7/12010 31.00% $7,061.07 17 31 04066 Greeoenaster 1800 $8813.00 7/1/2016 21.00% 07106.67 17 31 04301 Oreewnasler 3160-0 327.34.00 7/12016 2300% $21,636.66 17 31 04304 Greenmaaster 326043 $31,030.00 7/12016 21.00% 026324.70 17 31 04110 Oreen0master 3300Trfflex Hydraulic 821,76300 7/1/2016 21.00% 823,604.00 17 31 04030 Greelmnaster 3320 TriFlex Hybrid $32,718.00 7/12016 2130% 02646.4 17 31 04620 Greensreaster 3400T.4Flex Hydraulc(Diesel) $35380.00 7/12015 2130% 016,384.42 17 31 04540 Greenwnasler 420TrOFIes Hybrid(Oleseq 536,201.00 7/12016 21.00% 120,611.7$ 17 31 04064 Oreewsuaer 300 09,166.00 7/12016 2300% $7,241.14 17 31 04043 Greensnoster Flea 1800 $6160.00 7112016 21.00% 16911.60 17 31 04042 Greerumasler eFles 2100 08,706.00 7/12016 21.00% 064202 17 31 04041 Greewnaster Flex 1100 16189.00 7112016 21.00% 16,111.31 17 31 04040 Greensmaster Flex 2100 57,921.00 7/1/1016 21.00% 56,20739 { 17 31 04240 Trans Pro 100 11,973.0 710015 21.00% 31,658.87 17 31 04238 Trans Pro.° 31,067.00 7)/2016 21.00% 5836.03 17 31 04123 Wheel 804 1206.00 7/0015 21.00% 0162.74 17 31 04062 Led Llghi 11. 157100 1/1/2015 21.00% 3652.67 17 31 04247 Rahn Ramp KIl,TrarsPro 80 3609.00 7/0016 21.00% 3466.31 17 31 04245 Flat Ramp Kd(use when mower hm transport 11reeis) 1490.00 7/0016 21.00% 1307.10 17 31 04248 Rail ramp Conversion Ke-TP 100 $691.00 7/0015 21.00% 3651.42 17 31 04109 Thatching Kit(dyraBLAOE) 01,521.00 7/0016 21.00% 31,201.69 17 31 04285 Push Broom Brush(Ort Root Brush Nit) 1521.00 710016 21.02% 3417.12 17 31 04281 21 Groomer,Spring Steel 3618.00 7/12015 21.00% $40922 17 31 04214 21 Groaner,Carbide 1157.00 7/1/2015 21.01% 3598.03 07 31 54285 21 Groaner,Brush Spbal $406.00 7/12016 21.00% 531915 17 31 04741 TNn Groomer Assembly-GR100 $001.00 7/0015 21.00% 3632.79 17 31 04270 Soft 21 Perfection Brush $433.00 7/12015 21.00% 3342.07 17 31 04271 SI1f121 Perfection Brush 80],00 710016 21.00% 0342.07 17 31 04111 CR Gnorner Drive $1,720.00 7/0016 21.00% $1,351.80 17 ' 31 04206 21 Groomer,Spring Steel $643.00 7/1/2015 21.00% 3607.97 17 31 04287 26 Groome1,C erbide $901.00 7112015 21.01% 1711.79 17 31 04200 2600000ner,Brush Spiral 109.00 7/12015 21.00% 3170.51 17 31 04743 TNn Groomer Assembly-GRIM) 3152.00 7/12016 21.00% 5673.01 17 31 04278 505f 28 Perfection Brush 2455.00 7/0016 2120% 5187.35 17 31 04511 043104e OMEN UNI 11209.00 7/0016 21.0% 31,824.11 17 31 04819 11-8lade Cutting Unit 02,420.00 7/0016 21.00% 21.173.42 17 31 04124 14431ade CNtlng Unit 32,54300 7/0016 21.00% 12,007.97 17 31 $4625 Front Ful R0ler(500 of 3) $5,043.00 7/0015 21.00% 5/38.77 17 31 04025 -Norms OAeNe Roler(200'Spachg)(Set of 3) $1,018.00 7/1/2015 21.00% 1867.15 17 31 04627 VAdeVdehie Roller(11'Spacing)(Setoff 3) 11,015.00 7/0016 2100% 0057.16 17 31 04628 Sold Steel Roller Kit(Ftonl Vide WIehle Roller and Rear Full Roos) $43200 7/112016 21.00% 2000.01 17 31 04829 Anil Bobbing Roller•DPA(Front mrd Rear) $1,682.00 7/0015 21.00% 51,249.71 17 31 04217 Paspalism Roller 139900 7/0018 21.00% 031521 17 31 04249 Split Full Roller $723.00 7/0115 2100% $011.17 17 31 04160 SpRl Narrow/Noble Roller 373500 7/1201$ 21.00% $580.85 17 31 04134 DPA Groaner Net of 3) 25,801.00 7/12015 2100% 04,424.79 17 31 04640 Rola/3g Rear Roller Brush(Set of 3) $2,116.00 7/12015 2100% $1,02116 17 31 04709 Groaner Drive(LH)NNW 1) 51,651.00 7/12015 21,00% 0,309.12 17 31 04712 Groomer Reel,Spring Steel $4$1.00 722016 21.00% $225.62 17 31 04713 Groaner Brush Spiral 53/4.00 710016 2100% 8207.66 17 31 04744 Thin SooOrer Assembly-Riders 1517.00 7/12016 11.00% $543.73 17 31 04726 Rotating Rear Roller Brush(LH)(Set of 1) 1501.00 7/12015 21.10% $032.71 17 31 04274 So021 Perfection Brush-DPA 0412.00 7/0015 21.00% 1326.41 17 31 04275 SIM 21 Perfection Brush-CPA $4120 7/12015 21.00% 5325.0 17 31 0410 Spring Loaded Rear roller Scraper(Sei o13) 1243.00 7112016 21.00% 1207.77 17 31 0-4474 3 WO Kit(1W1wu0BOPS) 13,020.00 7/1/2015 1100% 52,393.70 17 31 04664 Light Kit-LED 1579.00 7/12015 21,00% 8467.41 17 31 30707 Arm Rest KB 4177.00 7/12016 21.00% 3139.53 17 31 24494 Green Spiker 1O IS.)of 3) 15,556.00 7112016 21.00% 24,315.24 17 31 04495 Greens To).Roler ISO ON of 31 $4,891.00 7/12015 21.00% 13157.0 17 31 04479 Thatching Reel(Net of 1) $2,612.00 7/0015 21.00% 12,119.7$ 17 31 04710 Groaner Drive(018)(544of 1) 21,660.00 7/1/2015 21.00% 11,30912 17 31 04724 Rotating Rear Roller Brush(0/1)Net of 1) 1104.00 7/0015 21.00% 563832 17 31 0407 Hydraulic O/Leak Detector 01,353.00 7/0016 21.00% $1.068.87 17 31 0402 BOPS KA 31360.00 7/1/2015 31.00% $917.00 17 31 04477 21213 08 1300.0 7/12015 21.00% , 12,370.0 17 31 04513 8 Blade Cutting U0S(Set of 1) 32,01.00 7/1/2015 21.00% 5113029 17 31 04614 11 Blade CWhg Unit Net of 1) 32,610.00 7/172016 21.00% I 12,06516 17 31 04615 14 Blade Cubing Unk Net of 1) $2,789.00 7/12016 21.05% 12,107.51 17 31 04711 Groaner Reel Carbide(Rl1)(Set of 1))Forward) 3731.00 7/12016 21,00% 568144 17 31 04260 Flea Groomer Drive,Coiner Rotating Met of l) 52,047.00 7112015 21.00% 01,617.13 17 31 04708 Groomer Reel,Carbkle(LI)(Set of 1)(For use with O280 may) 1637.00 7/12015 21.00% 160323 17 31 04714 31HD K0 12,706.0 7/12015 21.00% 32,13515 17 31 0471$ Leak Detedor(Standard on Um G1,13300-04510) 11101.0 7/1/2015 21.0% 3998.19 17 31 04719 5021145-Premium $1,443.0 7/1015 21.00% 11,155.77 17 31 04735 Thatching Reel Net of 1) $2,9000 7/12015 21.0% 32.32318 17 31 04722 Greens Tr5Ra2kr K8(Set al) $1,661.0 7/12015 21.50% $1,315.35 17 31 04723 Gramm Spiker Net of 1) 31,954.0 7)12016 21.0% $1,03.66 17 31 04730 Leak Detector 31,207.0 7/12015 11.0% 51,016.73 17 31 04714Standard Seat KI 3430.0 7/12015 2100% 341910 80 17 31 042 -18 Groomer,Spring Neel 1541.0 7/12015 21.0% 203.71 17 31 0211 19 0r00rne5,C20/1d0 1614.0 7/12015 21.0% 10610 17 31 04201 10 Groomer,Brush Spkai 1310.0 7/12016 21.00% 130025 17 31 04742 ltlnoeoOmer Assembly-OR/O 1701.0 7/12015 21.00% 1653.79 17 31 0251 Soh 15 Perfection Brush 300.00 7/1/2016 21.0% $366,50 17 31 04359 SUR 18 Perfection Brush $460.0 7/12011 21.0% 2181.60 17 31 0253 11 01,01E-11E2110 14,142.00 7/12015 21.0% $3180.11 17 31 04254 14 BLADE-FLEX 110 04,6/10 7112015 21.00% 13,649.01 17 31 0259 Flea Groaner Drive,Forward Rotating 11,617.00 7/12015 21.00% 31,23713 17 31 $4263 Groomer Reel,Cubicle(111 3618.00 7/0015 21.00% 3537.72 17 31 0420 Groomer Brush(111 0350.00 7/12015 2100% 0276.50 17 31 04743 Tin Groomer Assembly-Hes 18 $01.0 7/00(5 21.0% 1646.19 17 31 04272 Soft 11 Perfection Brush-DPA $421.0 7/12016 21.0% 133219 17 31 04373 SHIT 18 PerfeabnBrush-DPA 2421.00 7/12215 2100% 1332,59 17 31 04232 Lithium ion Battery Pack 15,064.0 7//2016 21.00% 53,992.56 17 31 0265 LED Light Krt.GRFIO2100/100 1540.00 7/1/2015 31.0% 10520 17 31 54251 11 Blade Cutting Urdl-Flex 21O $3,906.00 7/0016 21.0% 53,140.15 17 31 04252 14 Blade C,4lkg Unit-Flex 21O $4,144.0 7//2016 2100% 13,273.74 17 31 04255 Front RorrowWl*10Raler 2311.00 7/12016 21,0% $205.11 17 31 0161 Front PAde Vdehfe Roller $342.0 7112015 21.00% 121518 17 31 04257 Front Ful Roller 2382.0 7/12015 2100% 321518 17 31 04254 Extended Front Narrow VAeNe Roller 1316.00 7/12015 21.0% 2289.14 17 32 03810 0ee6205tu35550-0241 HP Diesel $34,499.00 7/12016 2100% 02736431 77 32 03074 Ree0hadO601041241 HP Tier 4Canplant Diesel Nb v battery pack 30191.0 7/12016 21.0% 534,719.31 17 32 03606 Ree&nastes 6410.0 31.8 HP Ter 4Comp3an Diesel wIlaclary installed RO $49,499.00 7/12016 21,0% 231,1021 17 32 03601 Reehmasler 641041 HP EF5Ga5o1112ew/factory installed BOPS $45,499,00 7/12016 21.0% 135144.21 17 32 03607 Reelmader6510-0 NIA 11PTer 4-Compliant Dieselwlfaa1ory ktssled RO 511,499.00 7/12016 11.0% $40104.21 17 32 0309 Reekmasler 651043 O HP EF1GasoMe267aelory/stolid BOPS 07,419.00 7/12015 31.0% 137,624.21 I 1 1 17 32 03780 Reehnaster 7000861 HP T1u 4-Compliant Diesel $65499.00 7/1/1016 31.00% 15629521 17 32 03450 18'Wan)58Sde DPA Cutting Unl 02449.00 7/1/2016 21.05% 32200.71 17 32 03482 22-(56701)585.22 DPA Cutting Unit 93,145.00 7/172015 21.00% 92,487.71 17 32 03481 11'(4/01.)118lade OPA Cutting Unit $2,840.00 7712016 21.09% 82365511 17 32 03403 227(66cm)11-0la2e DPA Cutting Unit 03259.00 7112016 21.00% 82,506.21 17 32 - 03454 W1/ghi for Cutting Unit with NO Atiachrne.s $319.00 7112015 21.00% 0275.71 17 32 03914 OPA Groomer 4L21)(15) 31,995.00 7/12010 21.00% 01470.21 17 32 03916 OPA Groomer(RH)815•) 31,999.00 7/12016 21.08% 3147921 17 32 03915 Rear Roler Brush ONLY NA(1111 $3,599.00 7/12016 21.00% 52,843.21 17 32 03811 Rear Roler Brush Bur Groaner 101)(1I") $3,399.00 7/12516 21.00% 32,50621 17 32 02918 Reu Rola Brush KR(3.15•)♦)2-22') 04,199.00 7/12015 21.00% 33,317.21 17 32 03717 Fatrway Perfection Brush(15') 3299.00 722015 21.00% 323621 17 32 03519 Grass Basket Kit(Standard 15'grass basket) $299.00 7/12016 21.00% 523621 17 32 03921 Gra.Basket KH(IS'Extended Frank Large cepac0y basket for hon titre $389.00 7/12015 2140% 1307.31 17 32 03920 Grass basket KA(221 0345.00 7/12016 21.00% $275.71 17 32 30358 Bimini Canvas Sunshade 0231.00 1/12015 21.00% $112.49 17 32 30348 Universal Sunshade(Wille) 0666.00 7112016 21.00% 3617.4 _ 17 32 30552 Univers.Sunshade(Red) 1507.00 7/12015 21.00% 1637.63 (7 32 03607 401.004e S.t Suspension 7599.00 7/12015 21.00% 347311 17 32 01695 11 Blade COlthg Unit 03,049.00 7/12015 21.00% 92,400.71 17 32 03694 8 Blade Cutting Unit(Set oft) 82299.00 7/12015 21.00% $2,290.21 17 32 03561 Verikutter 31,999.00 7/1/2016 21.09% $147921 17 32 03305 Powered Roar 500511 $515.00 1/12010 2200% +_ 147121 17 32 03865 Cross Tru.08.04)22)drive kit(tor models with RODS standard) $4,249.00 7/12015 21.00% 53,108.31 17 32 03711 Fal,ray Perfection Brush(22') 029900 7/12016 21.00% 923021 17 32 03456 Fairway Oroarer•Righ Hand _ 03,049.00 7712015 , 21.00% 31,611.71 17 32 0340 Fairway Groomer-Loll Hand 92,049.00 7/12015 21.50% 61,618.71 17 32 03662 Gra.Basket KK 9349.00 7/12016 21.4% 0376.71 17 32 03896 7.11 Blade DPA(Radial)Cutting Unit 03,096.00 7/12016 21.00% 02,44821 17 32 03097 11131ade°PA(RADIAL)Cultlg Unit 53249.00 7/12015 21.00% 02416.71 17 32 03804 Verticutter)Carbine l4 standard) 32,199.00 7112016 21.00% $1,737.21 17 32 03710 27'HD 9 Blade OPA 6169n5Unit $4,459.00 7/12015 21.00% 9345421 17 32 03711 27'HD 11 Blade DPA Cuffing Unit $4,849.00 702015 21.00% 03,572.71 17 32 03712 32'HO 8 Blade DPACUMg Unit 34,999.00 7112015 21.00% $3,9421 17 32 03718 2r MD Vera-Cutler 02,916.00 7/12016 21.00% 12.36921 17 32 03713 27'HD LN Groomer p 42,449.00 7/10016 21.00% $1434.71 17 32 03714 27"HD RH Oroanet KZ 92,445.00 7/12016 21.00% 91434.71 17 32 03101 27'Rear Roger Brush 8G(op to 2'HOC only) 3079.00 7/12016 21.00% 563641 17 32 03117 32'Rear Rogeremsh Ki(up to 2'HOCOnly) 9749.00 7/12015 21.00% 0591]1 17 33 3314 3 UM Universal Frame 32,749.00 7112015 21.00% 82,171.71 17 33 33450 6 Unit T.npod Frame 014499.00 7/12015 21.00% 811,46421 17 33 3407 Oroundsmassa 35008 $31455.00 7/12015 21.00% 030,461.4 17 33 30864 Groudams'.4304.0-TIER 4 FINAL COMPLIAT 951451.00 7112015 21.00% 0454445 17 33 30881 Omundsmasles 4500-0-TER 4 FINAL COMPLIANT 578403.00 7/12015 21.00% 550,753.37 17 33 30812 Groudsmaster 4700-0-11ER 4FINAL COMPLIANT 119410.00 7112016 21.00% 070212.90 17 33 33165 3 to 6 Unit Universal Frame Conyers/on 32,245.00 7/12016 21.00% $1,775.71 17 33 33452 6 l 7Unk Transport Frame Conversion KA 23,599.00 7/172016 21.00% 03,16521 17 33 01005 30'6 B5.d/Cutl01g Unit 93,45.00 7/12016 21.00% 02,75411 17 33 01007 30'7 B lade Cutting Unit 13,649.00 7/12015 21.00% $2,503.71 17 33 01011 30'11 Blade Cutting Unit $3,49.00 7/12015 21.00% $2,952.71 17 33 _ 01304 1r SaMineuneHWheel;heel6,Low Prone-Pair 9689.00 7/1/2016 21.00% 34611 17 33 01323 10.PnOmtic Meets-Pat $295.00 7/12016 21.05% $23521 17 33 01035 18'Sen*Pnonllc Wheels $659.00 7/172015 21.00% $56211 17 33 10134 C080l0 Plus 27-Cutting Oak $2,138.00 7/12016 21.00% 01,55744 17 33 30629 Deluxe Suspension Seat(047200 Sind Seat) $170.00 7/12015 21.00% $625.30 17 33 30041 Work Light KA $273.00 7/12015 21.00% 5216.67 17 33 30536 Leaf MMchhg KA(order 1 per deck) 860.00 7/12016 21.00% 04740 17 33 3064 2r Rotary Cutting Unit(Replacement deck for 0634100-0 only) 81,111.08 7012016 21.00% 5577.69 17 33 30578 0004574700 T4 Fiowdidder Kibler 2013(For 2013 end newer modes) $1,497.00 7/12016 21.00% 01,12711 17 33 30871 4WD Hydn1410 Flow Divider Kit 61,431.00 7/12016 21.00% 61,130,49 17 33 03170 70eek0a2272100D 21.5 HP Diesel 022,995.00 7/172016 21.00% 315,1411 17 33 03171 0ee528e0/3100D Sidewinder-21.5 Diesel 325499.00 7/12015 21.00% 320,03421 17 33 31201 G143802WD with NO Deck Tier Final $16401.00 7/12015 21.00% $20224.79 17 33 31302 GM3604W0 vdtab NO Deck Tier 4 Final Comps. $47429.00 7/12016 21.00% $3746341 17 33 31200 04360 4W13 nth NO Deck Tkr 4 Final Canpant 035,746.00 7/12015 21.00% 329,021.34 17 33 30481 6617200 NO Deck $1544.00 7/12015 21.00% $16441.4 17 33 30695 047210 NO Deck 1170 4 F/00l Compile. 927457.00 7/12015 21.00% 122418.03 17 33 30633 0617210 Muter Only Power Unit ler 4 Float Conn/Bane 926,127.00 7/12016 21.00% 62044013 17 33 30344 2400dsmas/er 3280 2W 018277.00 7/12016 21.00% $14,41143 17 33 30345 Oroundanstet 3280440 921,703.00 7/12016 21.00% 917,146.7 17 33 30109 0roodstrsster 3500-0(Gas powered.32 HP) 142,104.00 7/12015 21.00% 133,309.65 17 33 3084 Gmodsnasler 3605-0 034,166.00 7/12016 21.00% 32549016 17 33 30473 Groudsnoster 7200'VA.er Only'Power Unit $20,067.00 7/12016 21.00% 015,96243 17 33 03180 27'605.4e Cutting Unit 93,695.00 7/12015 21.00% 32,92211 17 33 03181 27'8 glade Cutting Unit 03,649.00 7/1/2016 21.00% 33,040.71 17 33 03102 32'I Blade Culling Unit $4,349.00 7/12016 21.00% $3,46.71 77 33 03183 37'11 Blade 0u41108Unit 134990.00 7/12015 21.00% 63,15921 17 33 03124 27'0e11)-421er $2,49.00 7/12015 21.00% 11,97421 17 33 03172 21'LIR Arm KR 11,019.00 7/12015 21.00% $55821 17 33 03156 27'DPA Basket K2(Set of 3) $1,719.00 7/12015 21.00% $1,42121 17 33 03166 27'Rear Racer Brush KR(I4 to 2'HOC only) $975.10 7/12016 71.00% 363841 17 33 03173 32'Litt Arm KR 71,345.00 7/12016 21.00% 01,046.71 17 33 03147 32'Rear Roller Brush KS(up to 2'HOC only) 0749.00 711201$ 21.00% $611.71 17 33 30355 Bkninl Canvas Su0uhade $231.00 7/12016 21.00% 918249 17 33 30141 Work Ugh(KII 0273.00 7/12015 21.00% 1216.67 17 33 30629 Oelme Suspension 5e25 9670.00 7/12016 21.00% 652810 17 33 3046 60 in Side 01300526e 0000 $3406.00 7/12016 21.00% 03,015.74 17 33 30467 62 in Base flack p40521n rear discharge configuration avala0lewilh O613 33,167,00 7/12015 21.00% 32,494.23 17 33 20451 72 in Side 0/6002ge Deck 53,715.00 7/12016 21.00% 52,63415 17 33 10303 72 in Base0076 63,310.00 7/12016 21.00% 03,51440 17 33 30608 0117e0e195.l Lock 0322.00 7/12016 21.00% $26416 17 33 30611 GrammerSeal with At R9de Suspension and Vinyl Cushions 01,381.00 7/12016 21.00% 51,076,19 17 33 30647 Speed Reduction KR 0303.00 7/12016 21.00% 8239.27 17 33 30613 North Amerkan Road Liglt KR@Kludee headlights,ned/amberbashers 6 5901.00 7/12015 31.00% 8711.71 17 33 30287 Speed Limiter Kit 0303.00 1/12016 21.00% 523517 17 33 30678 04300 Fro.Jack Stand 5371.00 7132016 21.00% 3283.01 17 33 30348 Guardian Racy.//01 1308.00 7/12016 21.00% 524312 17 33 30347 72'Side Discharge Recycle KR 0303.00 7/12016 21.00% $23017 17 33 30468 63 In Side Machete Deck $3409.00 7/12016 21.00% 03,085.74 17 33 30457 82111 Base Oeck(No 621n reardis1Grge configurationave0able with 0141 03,107.00 7/12016 21.00% 02,454.03 17 33 3041 721n Side 011c70209a 83,715.00 7/12015 21.00% 9243415 17 33 30153 72 M Base Deck 13,310.00 7(12016 21.00% 92,61410 17 33 30701 Cab14.101 1610.00 7/12016 21.00% $63640 /7 33 31500 B.C.K0$'16 and newer models) 0297.00 7/1/2016 21.00% 5234,83 17 33 30217 Speed LYnar KR 4303.00 7/12016 31.00% 0239.37 l 17 33 30371 1-Plow Mounting KR $638.00 7/12016 21.00% 3425.02 j 1T 33 0 30750 4B'V-0LOW p1VF10wis purchased without a mower deck,In am.(117- 51,121.00 7!12016 11.00% 1/49741 0100 61174304/must be Purchased separately 17 33 0 30675 01A350 FrontJack Stand 1171.60 7/12016 21.00% 5293.09 17 33 0 44047 Pro Force Blower for 061360(4WD) 00,976.00 7/12016 21.00% 15,61315 17 33 0 30509 Front E02m0,OAS 4/0D04350 04,429.00 7012016 21.00% 53,45811 17 33 0 30348 Guardian Recyler K1. 0305.00 7/112015 21.00% $243.32 17 33 30347 or Side Discharge Recycle,Kit $363.00 7/12015 21.00% 3239.37 17 33 31101 100 in Deck(Mtac1smnt KK Required to Mount to OM300) 013134.00 7/12015 21.50% 310,05196 17 33 31220 YAM.,enclosure for 5836043V0 non-cab models 011104.00 7112015 21.00% 227215 17 33 31106 Leaf Mulching Kt For ISO In.Deck 3999.00 7/12015 21.00% $781.21 17 33 31219 Electrical Accessory Mt incluthgjoystkk(for Frond Frame,OAS) $1139.00 7/12015 21.00% 01,63191 17 33 30374 Road Light KR 203.00 7112015 21.00% 0534.74 17 33 30353 12V Power Port/Ekchkal Accessory Kit 316200 7/12015 2190% 0120.00 17 33 30376 Jack Stand Kit(Works 02052012 and older models) 3240.00 7/12015 21.00% 3169.60 17 33 30392 Hood Lock KO $136.50 7/12016 21.00% $5594 17 33 30453 Jack Stead Kit(Works 0Kh 2013 and newer models) $25400 7(12015 21.00% 5200.50 17 33 30474 Cab-Polar Trac 510,492.00 7/12015 21.00% 13,289.47 17 33 30575 0517200 Polar Tae KR for Taro Cab 39.068.00 7712016 2100% $7,154.24 17 33 31335 72'Side Discharge deck with 4 castor wheels 55,700.00 7/12015 2100% 34.60300 17 33 31336 72'GuardW Recycle,deck MR 4 castor wheels 06,321.00 7/12016 2100% $4,513.59 17 33 30404 73'Ba2 Deck 05,507.00 7/72016 3190% 34,36093 17 33 30368 60'Side Discharge Deck 04,647.00 7/12515 21.00% 03,071.13 17 33 30403 63'Base Deck $5,117.00 7242016 21.00% $4,042.43 17 33 0 30555 62'Side Discharge Deck-Men ordering as a replacement deet, $1,62100 1/0/2015 21.00% $213293 counterbalance l6,17040901moatbe ordered 1 17 33 30313 Air Ride Seal Suspension 0013.00 7/12015 2160% 1547.47 17 33 30312 Mechanical SeatSwpenslon 5400.00 7/12016 2100% 137920 17 33 20398 Risco Seal 5457.00 7/12015 31.00% 020103 17 33 30295 Cab.023280.Heat Only 38119.00 7/12016 21.00% 2,107.01 17 33 44449 Pro Force Blower(Adsplerk010golod) $6,319.00 7/12015 21.00% $4,19201 17 33 30413 Pro Force Adapter l0 for GM1280 $1,510.00 7/12016 21.00% $1,450]4 17 33 20523 Debris Blower 33110.05 7/12015 21.05% 03,06730 17 33 30661 62'SMB Discharge Deck 56,450.00 7112015 21.00% 04,305.50 17 33 30404 72'Base Desk 36,60710 7/12015 2100% 2,36093 18 34 34216 SWdon Spreader Sprayer 01092.00 7/12016 21.00% 55,337.55 18 34 21516 30'Standen Aerator $1092.00 7/12015 21.00% 0110192 18 34 33616 21'Single Hydro Aerator - 2,443.00 722015 212% $3909.97 18 34 33510 18.5de00020t8020/00310r 53,321.00 7/12015 2t00% 12944.63 18 34 33610 20'Hydro Stt Seeder 2.443.00 7/12015 212% 6290997 18 34 33511 1/'Mechanical SIf Seeder 52,332.00 7/112015 212% $114228 78 34 22513 15-McWniol Power Rake $1115.00 7/12010 21.2% 8117121 18 34 38700 Power Broom 04,31599 7112016 21.2% $3,475.95 18 34 4412 Aerator 686(78.Towed) , $8,428.00 7712015 21.00% $3,153.64 18 34 4402 Aerator 27 2/'3 Petrel) 00,73100 7/12016 21.2% $6,323.02 18 34 44030 Acratlutch 2 Wih 3'Center 16,3012 7//2015 21.00% 2.23114 1834 09716 ProCore 1291 33899200 7/12016 21.00% 021907.11 18 34 00300 Proems 545 $26,387.00 7/12015 21.00% 20129.93 18 34 00716 ProCore 564 531,70100 722016 21.00% 32514498 18 34 09749 ProCore Processor 025157.00 7/12016 21.00% 520,450.72 18 34 09930 ProCore SRI/ 624,32.2 7/1226 21.00% $15,12.73 18 34 05931 ProCore 59154 $20,321.00 1/12016 31.00% $1616390 18 34 2932 ProCore 582S 323,423.00 7/12016 21.00% 01592.17 18 34 09933 ProCoreSR70 526900.00 7/12015 2100% 011740.00 18 34 05934 ProCore 5500.0 021,351.00 722016 21.2% 522,420.95 18 34 01525 ProCore SKIS 530141.00 7/12011 21.00% 02121.39 18 34 2935 ProCore 5036 $38169.00 ; 7112016 2100% 528,54312 18 34 4425 Seeder 33 54,75100 7/1/2016 21.00% 53,75724 15 34 - 44510 Weight Set $402.00 7/12016 21.00% 131798 18 34 44535 Sceder 93 04,75100 7/12015 21.00% 03,75724 18 r 34 2739 Needle Tile Head Set 0108.00 7/12015 21.00% 3141.62 18 34 09736 Midline Head SN(t rows or 6) 0115.00 7/12016 2100% $14192 18 34 09737 Mini-tine Head Set(1 row of i) 012.2 7/12016 21.00% $148.53 18 34 0972 3 Tine 1/4'Head Set 5115.00 7/12015 21.00% 514502 18 34 09795 401/05 L4'Head Set 5118.00 7/12015 21.30% $14192 18 34 09797 3 7121 72'Head Set HD 5197.00 7/1/2015 21.00% 016693 18 34 09711 3 Tine Dick Charge 5203.00 7/1/2011 21.00% 516037 18 34 09719 4 lbw rldck Change 520300 7/12015 21.00% 0160.37 18 34 09220 Wmdrower KR $611.00 722015 31.00% 040.3.59 18 34 09226 The Scrapers 011100 7/12015 21.00% 39194 18 34 222 Rear Roller KR 050200 7/12015 21.00% 563315 18 34 09760 Tow Hitch 53,440.00 7/1/2015 31.00% 12,71790 18 34 05753 One Pass Hitch 82,706.2 7/1/2015 31.00% 52,13595 18 34 0972 Windrow KK $569.00 7/12010 21.00% 1521.61 18 34 2761 Wheel KR 51,20.00 7/12016 21.00% 027.40 18 34 05961 Rear Roller 50018 5781.00 7/12016 21.00% 5122.52 18 34 2962 Rear Roller SR54 3136.2 7/12016 21.00% 5555.55 18 34 252 Rear Roller 8100 508200 7/12016 1100% 5698.70 18 34 01914 Rear Holler 51172 _- 528.00 7/12015 21.00% ' 5739.44 18 34 44931 811400 302 Base $21671.00 7/1/2015 2100% $20,21105 18 34 4452 MR-400 Wkeiras $20,319.00 7712016 21.00% 322.37991 18 34 4152 MP 60211or4 $51199.00 7/12015 2100% 2117921 18 34 41115 Multi Pro 1760 536197.00 71145116 21.00% 032,200.53 18 34 44701 7,07.0$200 Base 510,562.00 711/2016 2100% 3142290 18 34 44761 ProPass 200 Vhrekss $12979.00 7/12016 2100% $9,537.41 18 34 4427 Topdresser2500 013,536.00 7/12015 2100% 51077244 18 34 4420 MH400Cross Com/Swivel KR/Option Cady 08,111.00 7/12016 2100% 50,16195 18 34 44540 1,1H400L19111KR $412.00 7(12015 21.00% 3326.4/ 18 34 44944 28400 Twin Sp81201(SHE11) $4,474.00 7/12016 21.00% 03,634.46 18 34 44543 211.400 Brake 102 to 4 Wheel 31,594.00 7/12016 21.00% 5175926 18 34 44546 MH400 Brake KR 2 to 4 Wheel(File 2012 and newern00dels $1,050.2 7112015 21.00% 51,30624 18 34 44723 Propass and MH400 Hopper Vmralor(Fits both wireless and hard wired u 51,170.60 72/2015 21.00% 22430 18 34 4162 Pro Control XP 03,047.00 7/12015 21.00% 02,407.13 18 34 41621 Pivoting Hose Reel(K2 valve) $3,058.00 7/12015 21.00% 52,447.42 18 34 41622 Chemical Pae411 KR•1052130(KZ Valve) 02,550.00 7/12016 21.00% $2,045.10 18 34 41110 Hand Spray Wand KR 0495.00 7112015 21.00% 0393.42 18 34 41614 30 Gallon Fresh Water Rhee KS $1,673.00 722015 21.00% $1,242.17 18 34 41602 DrM Reduction Boom Shroud KR 32,405.2 7/12016 21.00% 01,59995 18 34 41232 Foam Marker K88tegdres Finish KK) 52,130.00 7/12015 21.00% 01,611.02 18 34 41157 Pr0Faam Concentrate(40,00 gaL per case) $240.00 7/12010 21.00% 6197.60 18 34 41505 Hand Spray Orn KR $1,113.00 7/12015 21.00% 222.47 18 34 41023 Single Neale Kit-For ALL MANN*Sprayers 312.00 722015 21.00% $148.84 18 34 O 41219 Ultra Souk Boom B KR(Flts all MP6800,MP1760 and Mufti Pro WM $3,002.00 7/7226 21.2% $2,37191 Models WiM NN hydraulic boom adwlanl 18 34 41603 Road LIgMMonnologatIon KR 270.00 7/12015 31.00% $756.10 18 / 34 41204 Rear Work Light KR(ROPS mounded) $468.00 7/1/2016 2100% 26112 18 34 41101 Clean Rinse KR 01,431.00 7/12015 21.00% 51,135.45 18 34 41168 Chemical Pre.Mkg1-MP1740(KZ Valve) 52,21.00 7/12016 2100% 52,001.35 18 L 34 41165 Electric Hose Reel KR pa Valve) 2,181.00 7/12015 21.00% , $1512.2 78 , 34 41210 Cleadoad Chendeal Edac5m(Fits 2014 and Prior Models) 2,21.00 7712055 21.0% 52,007.39 18 34 41311 Pivoting Hose Reel(Fits 2014 and Prior Models) 53,12.00 7112016 21.00% $2.401.53 18 34 41131 Hand Spray Wand KK/F$02014 and Pdor Models) $434.00 7/12015 21.00% 03412 18 34 44714 P7oP2i Deere Pro Gator Moult KK $1,27.00 7/12010 21,00% 5027.13 18 34 44707 ProPass TOM Truck Mount KR 51,047.00 7/12015 21.00% 0827.13 18 34 44711 ProPass Cushman Truckster 6th VArtl Mount KR 03,19200 7/12016 21.00% 52,521.2 18 34 44704 ProPass Tow-Type Chassis Mo Fenders) 2,310.00 7/1/2016 21.00% 3193201 18 34 44703 ProPass Cross COmeym and Swivel KK 02154.00 7/1/2015 21.00% 2.254.66 18 34 44702 ProPass Twin Spbner'kwloded with ProPass 200 2,2200 7/12015 21.00% 2,253.2 18 34 44711 ProPass 110 Upgrade to 6'Tailgate Opening('Included With ProPass 200 291.00 7/12015 21.00% 5782.89 18 35 08708 Sand Pro 2040Z 511169.00 7/1/2016 21.00% 51,131.61 18 35 01703 Sand Pro 3040 $17,187.00 1/1/2015 21.00% 313161.93 18 35 05705 Sand Pro 5640 $19,694.00 7/10015 21.00% $16,561.26 18 35 08715 Flex Tooth Rake 100LF applications) 51,552.00 7/10015 21.00% 11,249.75 18 35 05717 Nal Drag(INFIELD groornb4 applications) 51,109.00 7/10016 21.00% $1,429.11 18 35 01718 Finish Drag Flat KB $131.00 7/10015 21.00% 343651 18 35 05721 Light KK 5446.00 7/11015 21.00% 3352.34 18 35 05720 Speed Linder KR 5322.00 7/10016 21.00% 5264.35 18 35 03719 Brush Kd $7/6.00 7/10015 21.00% 0613.54 18 35 05714 Manual 650441401 11,53100 7/10016 21.00% 31,205.70 18 35 00731 MId.lOo,nIASM $1,1.34.00 7/10516 21.00% 31,13256 18 35 05732 Weeder Dna ioolbar 3951.00 7/10015 21.00% 576119 18 35 05733 Spring Tine Toolbar 31.004.00 7110010 21.00% 1792.15 18 35 05734 Sold Dna Toolbar 5560.00 7/10016 21.00% 5750.50 _ 18 35 05758 Sport Field Edger 13,675.00 7/1/2016 21.00% $3,954.83 18 35 05730 Carbine The Toolbar $1,6]4.00 7/15015 21.00% 31,211.55 18 35 05765 OAS 5,500erPurnp $3,696.00 7/10016 21.00% 13,19.04 18 35 08761 Tooth Rake 51,441.00 7/10016 21.00% $1,142.34 18 35 01516 Broom Tooth Rake 051100 7/10016 21.00% 3546.22 18 35 05763 Segmented Groanti Broom $1,512.00 7/1/2016 21.00% 11,273.11 18 35 06764 OAS FWsh Grader 32,69000 1/1/2016 2110% 52,125.10 18 35 05761 CAS Spike 14,100.00 7/11015 21.00% 33131.50 18 35 08762 DA5 FIes Groaner K%(for Nag Drag 08761) 5596.00 7/10015 21.00% 5756,54 18 35 08761 OAS Nall Drag 31,336.00 7/10016 21.00% 11,064.66 18 35 05756 Drag Nal Durum.System 51,367.00 7/1/2016 21.00% 81,072.03 18 35 05757 51e0(Mat 5293,00 7/10016 21.00% 1231.47 18 35 05755 Coco Mat 4501.00 7/1/2016 21.00% 5356.75 18 35 55153 OAS Debrb Blower $4,413.00 7/10015 51.00% 33,45827 18 35 58794 Crooning Brush(Used for either synthetic turf*,greens brushing) 51,150.06 7/1/2016 21.00% 31,066.60 18 35 05752 Sprig Rake 5725.00 7/10015 21,00% 3673.54 18 35 05781 Rear Remote Hydro 31520.00 7/1/2016 21.00% 51515.80 18 35 06790 Synthetic Teel Conddioner.0AS $2,767.00 7/10015 21.00% 32,156.93 18 35 05712 Front Lift Frame ASM $1,773.00 7/1/2016 21.00% $1,400.67 18 35 08713 Flea Blade 61,00600 7/10016 21.00% 5794.74 18 35 08714 Manual Blade(401 51,630.00 1/10015 21.00% 31,205,70 18 35 08712 Froth Remote Hydraulics $547.00 7/1/2015 21.00% $611.13 18 35 44912 GleemPlo 1240 013,863.00 7/172015 21.00% 510551.77 18 35 02500 800er0,o400 5560.00 7/1/2016 21.00% 5879.40 18 35 02610 HoverPro 460 11,036.00 7/1/2015 2110% 5817.55 18 35 02611 HoverPro560 31,09100 7/10015 21.00% 5867.41 18 35 01055 Toro ProSmpe550 $7,139.00 7/10015 21.00% 01,492.51 10 35 44923 GreensPr01240 LED Light KB 5459.00 7/1/2015 21.00% $355.31 18 35 44908 Armrest Kot 1270.00 7/10015 21.00% 3211.30 18 35 44911 Smoothing Roller Scraper 55 5150.00 7/1/2015 21.00% 0136.40 18 35 44972 myTurlYBrdess Hour Meter Kt $230.00 7/10015 21.00% 317350 18 35 02520 HI 8Ise101(450) $93.00 7/1/2015 21.00% 073,47 18 35 01619 Hl Rise Kot(450) 5102.00 7/10015 2110% 31011 18 35 02622 Transport Whets Mt(460 a,660) 0113.00 7/1/2016 21.00% 38937 18 35 02523 Extension Handlebar Kot(4546550) 13100 7/10015 21.00% 13051 18 35 44536 Debris Blotter 500 55541.00 7/1/2016 2110% 35,183.19 18 35 07065 8ake43-11ae(Includes FW-1p Reel and Battery) $39521.00 7/1/2016 21.00% 530.741.95 18 35 44547 Pro Face Sheer Ica 01.13611(4WD) 58575.00 7/10016 21.00% $5,510.26 18 35 44563 Pro Form•D.O.T.Approved Trailer 59,315.00 7/10015 21.00% $7,362.01 18 35 44552 Pro Face Debris Baser 55,755.00 7/10015 21.00% $6,040.16 18 35 07055 Pro Sweep $14135.05 7/10015 21.00% 511?72.05 18 35 07053 Versa 566 $22519.00 7/10015 21.00% 017,145.31 18 35 07152 Street Broom•In Wes bearing and sprockets 5253500 7/10015 21.00% 52054.02 18 35 44543 Bed Mount Mt-Workman AID Series(I%s old and newcargo beds) 5552.00 7730016 51.00% 3645.68 18 35 44544 Bed Moud KS-Workman HD Series 1791.00 7/10015 21.00% 1614.69 18 35 44545 Bed Mount KB-Non Workman 1652.00 7/10016 21.00% 1546.65 18 35 44648 Sound Barrier 1552.00 7/10015 21.00% $469.7$ 18 35 07315 High Flow Hydraulics Mt(Required for Workman HO%UtRy Vellkles) 31,714.00 7/10015 51.00% $1,354.08 08 35 07225 High Flow Hydraulics KR 8542 and mow Workman 300054000 Units) 1211910 7/10011 21.00% $1,674.01 18 35 07055 Brake K0(tecomnended for Ise on hely terrain) 51,42200 7/12016 21.00% $1,124.17 18 35 07051 Rubber Finger Deck 54.71200 7/1/2016 21.00% 53,722.45 iB 35 07052 Combination Deck 56525.00 7/10016 21.00% 36,914.12 18 35 07010 Hand Held Hose $1,150.00 7/10015 21.00% 5316.40 FSA Cooperative Purchasing Program ki,,,,e; • ,, t, A j 4 !'‘,t ' ii i" ri Or' :-. \ . '', "" C 0 OPERATIVE PURCHASING PROGRAM , . ki } ,„ '0 0,y4� \IA 4;_ `�, Contract: FSA18-VEH16.0 Cab & Chassis Trucks & Heavy Equipment Contract: FSA18-VEL26.0 Police Rated, Administrative, Utility Vehicles, Trucks and Vans Contract Terms and Conditions FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Rev7/20/2018 Contents 1.0 GENERAL CONDITIONS 5 1.01 BID CORRESPONDENCE 5 1.02 PURPOSE 6 1.03 TERM OF CONTRACT 6 1.04 ESTIMATED QUANTITIES 6 1.05 SHERIFF AS COUNTY CONSTITUTIONAL OFFICER 6 1.06 FUNDING 7 1.07 CURRENCY 7 1.08 GENERAL DEFINITIONS 7 1.09 ELIGIBLE PURCHASERS OF CONTRACT 8 1.10 LEGAL REQUIREMENTS 9 1.11 PATENTS & ROYALTIES 9 1.12 FEDERAL AND STATE STANDARDS 9 1.13 UNDERWRITERS' LABORATORIES 10 1.14 AMERICAN WITH DISABILITIES ACT 10 1.15 REASONABLE ACCOMMODATION 10 1.16 MINORITY BUSINESS ENTERPRISE (MBE) 10 1.17 ANTI-DISCRIMINATION 10 1.18 BEST COMMERCIAL PRACTICES 10 1.19 PUBLIC ENTITY CRIMES (PEC) 10 1.20 TAX EXEMPTION 11 1.21 TAXES 11 1.22 ORDER OF PRECEDENCE IN THE EVENT OF CONFLICT 11 1.23 COMMUNICATIONS 11 1.24 CLARIFICATION AND ADDENDA 11 1.25 SIGNED BID CONSIDERED AN OFFER 12 1.26 ASSIGNMENT OF CONTRACT 12 1.27 TERMINATION OF PRODUCT LINE 12 1.28 METHOD OF AWARD 13 FSA Cooperative Purchasing Program 2018-2019 Page 1 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Rev 7/20/2018 1.29 DEMONSTRATION OF COMPETENCY 13 1.30 VENDOR ABILITY TO PERFORM 13 1.31 FINANCIAL RESPONSIBILITY 14 1.32 QUALITY AND SAFETY 14 1.33 NONCONFORMANCE TO CONTRACT CONDITIONS 14 1.34 GRATUITIES 15 1.35 TIE BIDS 15 1.36 RIGHT TO AUDIT 15 1.37 LIABILITY, INSURANCE, LICENSES AND PERMITS 16 1.38 BID BONDS, PERFORMANCE BONDS, CERTIFICATES OF INSURANCE 16 1.39 ELIMINATION FROM CONSIDERATION 16 1.40 COLLUSION 16 1.41 DEFAULT 17 1.42 PROTESTS AND ARBITRATION 17 1.43 NONPERFORMANCE 18 1.44 SEVERABILITY 19 1.45 TERMINATION FOR CAUSE 19 1.46 TERMINATION WITHOUT CAUSE 20 1.47 CONTRACT ADVERTISMENT AND USE OF FSA LOGO 20 2.0 BIDDER INSTRUCTIONS 21 2.01 FIRST YEAR BIDDER QUALIFICATIONS 21 2.02 LICENSING/FACILITIES 21 2.03 INSURANCE AND INDEMNIFICATION 21 2.04 SPECIFICATIONS 24 2.05 FIXED PRICES 24 2.06 SEALED BIDS 24 2.07 EXCEPTIONS, OMISSION AND ERRORS 24 2.08 MISTAKES 25 2.09 EQUIVALENTS 25 2.10 MANDATORY PRE-BID MEETING 25 2.11 QUALIFICATION 26 FSA Cooperative Purchasing Program 2018-2019 Page 2 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Rev 7/20/2018 2.12 PRICES QUOTED 26 2.13 OPTION PRICING 26 2.14 EMERGENCY LIGHT AND SIREN CERTIFICATION STANDARDS 27 2.15 SUBMITTAL OF BID 28 2.16 ZONE BIDDING 29 2.17 EXECUTION OF BID 30 2.18 MODIFICATION OR WITHDRAWALS OF BIDS 30 2.19 LATE BIDS 30 2.20 BID OPENING 30 2.21 DETERMINATION OF RESPONSIVENESS 30 2.22 RESPONSIBLE BIDDER CRITERIA 30 2.23 BASIS FOR AWARD 31 2.24 BID WITHDRAWAL 31 2.25 BID TABULATIONS 31 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 OPTION TO RENEW WITH PRICE ADJUSTMENT 33 3.05 ADDITIONS AND DELETIONS 34 3.06 EQUITABLE ADJUSTMENT 34 3.07 DISCOUNTS 34 3.08 CONDITIONS 34 3.09 PRODUCTION CUTOFF 35 3.10 FACILITIES 35 3.11 SUBSTITUTIONS 35 3.12 POLICE RATED VEHICLES/MOTORCYCLES 35 3.13 SPECIAL SERVICE VEHICLES. 36 3.14 CAB AND CHASSIS PURCHASES 36 FSA Cooperative Purchasing Program 2018-2019 Page 3 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Rev7/20/2018 3.15 FACTORY INSTALLED 36 3.16 VENDOR INSTALLED 37 3.17 NON-SCHEDULED OPTIONS 37 3.18 FORCE MAJEURE 37 3.19 DELIVERY TIME 37 3.20 ORDER 38 3.21 VEHICLE DELIVERY 39 3.22 INSPECTION AND ACCEPTANCE 40 3.23 VEHICLE TAGS AND TITLE 40 3.24 INVOICING AND PAYMENTS 41 3.25 WARRANTY REPAIRS AND SERVICE 41 3.26 INADEQUATE SERVICE 41 3.27 REPORTING: PURCHASE ORDERS & QUARTERLY REPORTS 41 3.28 ADMINISTRATIVE FEE 42 3.29 LIQUIDATED DAMAGES 43 Appendix A 45 Appendix B 46 Appendix C 47 Appendix D 48 Appendix E 49 FSA Cooperative Purchasing Program 2018-2019 Page 4 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Rev 7/20/2018 1.0 GENERAL CONDITIONS 1.01 BID CORRESPONDENCE All correspondence regarding this bid should be directed to the Florida Sheriffs Association "FSA", using the information shown above. Please be sure to reference the bid number and your contact information. The contact for this bid are: FSA Cooperative Purchasing Program Coordinator E-mail:cpp@flsheriffs.org Phone:850-877-2165 ext.241 Fax:850-878-5115 Annette Grissom, FSA Cooperative Purchasing Program Manager E-mail:agrissom@flsheriffs.org Phone:850-877-2165 ext.231 Fax:850-878-5115 All communication and/or document submissions for this Invitation to Bid should be identified by contract title and number and directed to: Florida Sheriffs Association Attn:Cooperative Purchasing Program Coordinator 2617 Mahan Drive Tallahassee, FL 32308 FSA Cooperative Purchasing Program 2018-2019 Page 5 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Rev 7/20/2018 1.02 PURPOSE The Florida Sheriffs Association invites interested Bidders, including Motor Vehicle Manufacturers and Dealers/Certified Representatives to submit responses in accordance with these solicitation documents. The Florida Sheriffs Association will serve as the Contract Administrator in the solicitation process and the administration of the contract. The purpose of this bid is to establish a twelve (12) month contract, beginning October 1st and ending September 30th, annually with manufacturers and manufacturer's authorized dealers for the purchase of vehicles and equipment on a"no trade-in basis". Trade-ins are not addressed in this contract. If a purchaser has a desire to offer vehicles/equipment for trade to the vendor, the Purchaser and dealer may do so at their sole discretion, by separate agreement. Under no circumstances shall trade-in transactions be deemed to constitute part of, or to have been conducted pursuant to,this contract. 1.03 TERM OF CONTRACT This contract shall remain in effect for one(1)year from date of contract execution by the Administrator, and may be renewed by mutual agreement, at the sole option and discretion of the FSA,for up to two(2) additional years,on a year-to-year basis. 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. In the event that the contract is held beyond the term provided herein, it shall be on a month-to-month basis only and shall not constitute an implied renewal of the contract. Such a month-to-month extension shall be upon the same terms of the contract and at the compensation and payment provided herein. Prior to completion of each contract term,the FSA may consider a price adjustment due to changes in the Producer Price Index(PPI)as published by the U.S. Department of Labor, Bureau of Labor Statistics,or as a result of any changes to national or state standards that require substantial cost adjustments, or in the event of material changes in tariffs that result in cost increases of 15%or more. 1.04 ESTIMATED QUANTITIES In FY 2015-16, eligible users purchased approximately 13,560 vehicles and pieces of equipment from this contract.These estimated figures are given as a guideline for bidders preparing bids. Quantities provided to not guarantee or imply future contract sales. Neither the FSA nor any eligible user is obligated to place any order for a given amount subsequent to the award of this bid solicitation. 1.05 SHERIFF AS COUNTY CONSTITUTIONAL OFFICER The Offices of the Sheriff in the State of Florida are constitutional offices of the State of Florida. Each has the authority either individually or collectively to execute contracts for all goods and services for the proper conduct of that office. Section 30.53, Florida Statutes, exempts the sheriffs' offices from the provisions of the Florida Statute that would otherwise require sealed and competitive bidding procedures. FSA Cooperative Purchasing Program 2018-2019 Page 6 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Rev 7/20/2018 It is our practice to give consideration to the prices offered, but the Office of the Sheriff is not required by law to accept the lowest priced proposal and may reject any or all of the proposals without recourse. Bidders are solely responsible for their own bid preparation costs and nothing in this solicitation in any way obligates the participating sheriffs'offices for any payment for any activity or costs incurred by any bidder in responding to this solicitation. L06 FUNDING In the case of certain purchasers,including state agencies,funds expended for the purposes of the contract must be appropriated by the Florida Legislature, the individual participating agency or the agency's appropriating authority for each fiscal year included within the contract period. For such agencies, their performances and obligations to pay for products or services under any resulting contract, or purchase order, are contingent upon such an annual appropriation by the Legislature, individual agency or by the appropriating authority.Therefore,any contract or purchase order with such an agency shall automatically terminate without penalty or termination costs in the event of non-appropriation. 1.07 CURRENCY All transaction amounts,bids,quotes,provisions, payments or any part of this contract relating to currency are to be made in United States Dollar. 1.08 GENERAL DEFINITIONS The terms used in this contract are defined as the following: a. Administrator: The Florida Sheriffs Association in its role in administering the solicitation and contract administration process for the Florida Sheriffs Association and the Florida Association of Counties or their designee. b. Bidder: A proposer or enterprise that submits a formal offer to the FSA Cooperative Purchasing Program Administrator in accordance with the Contract Terms and Conditions. c. Dealer: A manufacture's certified representative authorized by the manufacturer to market, sell, provide,and service the vehicles/equipment for the FSA Cooperative Purchasing Program. Dealers may be vendor-owned and controlled,in whole or in part,or independently owned and controlled. d. 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. e. Factory: Refers to the manufacturer;the assembly line. f. Fleet Advisory Committee (FAC): An employee of a sheriff's office or other local governmental agency, or any other person who FSA identifies as subject matter expert who assists with the development of bid specifications and evaluation of bid responses. The Fleet Advisory Committee makes recommendations to the Administrator and is not responsible for final awards. g. Invitation to Bid: A competitive solicitation and award process established through the issuance of an invitation to vendors,dealers and manufacturers to submit a price offer on a specific product to be provided. This term shall include the bid specifications found at https://VeBA.flsheriff.org FSA Cooperative Purchasing Program 2018-2019 Page 7 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Rev 7/20/2018 and references to solicitation documents.The term shall not include request for proposals,request for quotes, request for letters of interest, or the solicitation of purchase orders based on oral or written quotations. h. Manufacturer: The original producer or provider of vehicles or equipment offered on this contract. i. Manufacturer's Suggested Retail Price (MSRP): Manufacturer's Suggested Retail Price (MSRP) represents the Manufacturer's recommended retail selling price, list price, published list price, or other usual and customary price that would be paid by the purchaser. The following are acceptable sources of current MSRPs and MSRP Lists for use in submission of the bid solicitation and the resulting contract: 1. Manufacturer's Computer Printouts;Ford-"Dora";General Motors-"GM Autobook";or approved equivalent 2. Chrome Systems, Inc.'s PC Carbook(PC Carbook Plus and PC Carbook Fleet Edition) 3. Manufacturer's Annual U.S. Price Book 4. Manufacturer's official website j. Non-Scheduled Options: Any optional new or unused component not specified, feature or configuration not included in the base representative vehicle model specifications or options. k. Production Cutoff: A term used by manufacturers to notify dealers that the factory has reached maximum capacity for orders. Vehicle manufacturers use this term when referring to any given model year for production. I. Published List Price: A standard "quantity of one" price currently available to government and educational purchasers, excluding cooperative or volume discounts. m. Purchaser: A Purchaser is an entity that seeks to obtain vehicles or equipment off this contract by meeting the eligible user criteria or with vendor approval. n. Purchase Order: A documented agreement formalizing the terms and conditions of this contract under which a vendor furnishes vehicles or equipment to a purchaser. o. Third Party Supplier: Businesses external to a bidder or vendor that provide products and services which contribute to the overall finished vehicle. Third Party Suppliers are contractors under the direction and responsibility of the bidder or vendor. Third Party Suppliers may also be referred to as upfitters within this document. p. Vehicle Bid Award System (VeBA): The online system used for the submission of electronic bids and tabulation of bid results for the specifications connected to this Invitation to Bid. q. Vendor:The bidder that has been awarded and agrees to provide products,vehicles,or equipment, which meet the requirements and base specifications. The vendor must agree to the contract terms and conditions of the contract before being awarded to the contract. r. Vendor Installed:A product or service provided by the vendor or other third party;not the factory. 1.09 ELIGIBLE PURCHASERS OF CONTRACT FSA Cooperative Purchasing Program 2018-2019 Page 8 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Rev 7/20/2018 Awarded bids,or contract prices,will be extended and guaranteed to any unit of local government,political subdivision or agency of the State of Florida. This includes, but is not limited to counties, municipalities, sheriffs' offices, clerks, property appraisers, tax collectors, supervisors of elections, school boards or districts, water management districts, police and fire departments, emergency response units, state universities and colleges,or other state, local or regional government entities within the State of Florida. All purchasers are bound by state law, local ordinances, rules and regulations for purchases made under this contract.Participating agencies cannot guarantee any order other than those ordered by the individual agency. In addition, bids can be extended and guaranteed to other entities approved by manufacturers to participate in this contract to include out of state sales. Vendors are governed by their manufacturer's agreement,and must agree to the terms and conditions of this contract. 1.10 LEGAL REQUIREMENTS Federal,State, county laws, ordinances, rules and regulations that in any manner affect the items covered herein apply. Lack of knowledge by the bidder of applicable legal requirements will in no way be a cause for relief from responsibility. 1.11 PATENTS & ROYALTIES The bidder,without exception,shall indemnify and hold harmless the FSA and its employees from liability of any nature or kind, including costs and expenses for, or on account of, any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by the FSA or a purchaser. If the bidder uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed,without exception,that the bid prices shall include all royalties or costs in any way arising, directly or indirectly,from the use of such design, device, or materials in any way involved in the work. 1.12 FEDERAL AND STATE STANDARDS It is the intent of FSA that all specifications herein are in full and complete compliance with all federal and State of Florida laws, requirements, and regulations applicable to the type and class of commodities and contractual services being provided. In addition, any applicable federal or State legal or regulatory requirements that become effective during the term of the Contract, regarding the commodities and contractual services' specifications, safety, and environmental requirements shall immediately become a part of the Contract.The vendor shall meet or exceed any such requirements of the laws and regulations. If an apparent conflict exists, the vendor shall contact the Administrator immediately. The bidder shall obtain and pay for all licenses, permits and inspection fees for this bid submission and contract. FSA Cooperative Purchasing Program 2018-2019 Page 9 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Rev 7/20/2018 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 AMERICAN 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 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 at the Bid opening because of a disability must contact the FSA Human Resources at(850) 877-2165. 1.16 MINORITY BUSINESS ENTERPRISE (MBE) The Florida Sheriffs Association Policy is that Minority Business Enterprises(MBE)shall have the opportunity to participate in this invitation to bid. Such process would be for supplying goods and services to FSA and Purchasers. 1.17 ANTI-DISCRIMINATION The bidder certifies that he/she is in compliance as applicable by federal or state law with the non- discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race, color,religion,sex or national origin. 1.18 BEST COMMERCIAL PRACTICES The apparent silence of this specification and any supplemental specifications as to any details or the omission from it of a detailed description concerning any point shall be regarded as meaning that only the best commercial practices,size,and design are to be used. All workmanship is to be first quality.All interpretations of this specification shall be upon the basis of this statement. 1.19 PUBLIC ENTITY CRIMES (PEC) In accordance with the Public Entity Crimes Act,Section 287.133, Florida Statutes,a person or affiliate who has been placed on the convicted vendor list maintained by the State of Florida Department of Management 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 FSA Cooperative Purchasing Program 2018-2019 Page 10 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Rev 7/20/2018 construction or repair of a public building or public work,may not submit bids on leases of real property to public entity, may not be awarded or perform work as a Vendor,supplier,Sub-Vendor,or consultant under a contract with a public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 1.20 TAX EXEMPTION All State and Federal tax exemptions applicable to the units of local government of the State of Florida will apply,and appropriate certifications furnished. Purchasers shall comply with all federal,state and local tax requirements. The Florida Sheriffs Association is a 501(c)3 organization and is exempt from all Federal Excise and State Taxes.State Sales Tax and Use Certificate Number is 85-8012646919C-3. 1.21 TAXES Customers making a purchase pursuant to the awarded bid are generally exempt from Federal Excise and State Sales Tax. It is the responsibility of the vendor to verify that the purchaser is exempt by obtaining the purchaser's Federal Excise and State Taxes and Use Certificate Number. 1.22 ORDER OF PRECEDENCE IN THE EVENT OF CONFLICT In the event of conflict,the conflict may be resolved in the following order of priority(highest to lowest): 1. Addenda to Contract Terms and Conditions, if issued 2. Contract Conditions 3. Addenda to Bid Specifications,if issued 4. Bid Specifications 5. Bidder Instructions 6. General Conditions 1.23 COMMUNICATIONS Communications between a proposer, bidder, lobbyist or consultant and FSA are limited to matters of process or procedure and shall be made in writing to the contact persons identified in Section 1.01 of this procurement. Bidders should not rely on representations, statements,or explanations other than those made in this Bid or in any written addendum to this Bid, and no oral representations, statements, or explanations shall be deemed to bind the FSA or eligible users. 1.24 CLARIFICATION AND ADDENDA Any questions or clarifications concerning the Invitation to Bid shall be submitted 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 Cooperative Purchasing Program website on the date indicated on the Bid Calendar. FSA Cooperative Purchasing Program 2018-2019 Page 11 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Rev 7/20/2018 Interpretation of the specifications or any solicitation documents will not be made to the bidder verbally, and if any verbal clarifications are provided they are without legal effect. Questions received after the cone of silence date listed on the bid calendar will not be addressed. The Administrator reserves the right to address technical questions. The FSA shall issue a Formal Addendum if substantial changes which impact the submission of bids are required. Any such addenda shall be binding on the bidder and shall become a part of the solicitation document. In the event of conflict with the original specifications, addenda shall govern to the extent specified.Subsequent Addenda shall govern over prior Addenda only to the extent specified. FSA will make every attempt to e-mail updates to registered bidders.However, posting on the FSA website constitutes proper notice of addenda. The bidder shall be required to acknowledge receipt of the Formal Addendum by signing in the space provided. Failure to acknowledge Addendum shall deem the bid non-responsive; provided, however, that the FSA may waive this requirement in its best interest.The FSA will not be responsible for any explanation or interpretation made verbally or in writing except those made through the posting of a Formal Addendum. 1.25 SIGNED BID CONSIDERED AN OFFER The signed Bid shall be considered an offer on the part of the Bidder,which offer shall be deemed accepted upon approval by the FSA and in case of default on the part of successful Bidder,after such acceptance,the FSA may procure the items or services from other sources. The bid submission must be signed by an authorized representative. An electronic signature may be used and shall have the same force and effect as a written signature. 1.26 ASSIGNMENT OF CONTRACT No right or interest in this Contract may be assigned, transferred, conveyed, sublet or otherwise disposed of,without prior written consent of the FSA. If the original vendor sells or transfers all assets or the entire portion of the assets used to perform this Contract,a successor-in-interest must perform all obligations under this Contract. FSA reserves the right to reject the acquiring entity as Vendor. A change of name agreement will not change the contractual obligations of the Vendor. 1.27 TERMINATION OF PRODUCT LINE If an FSA-awarded vendor terminates a product line(manufacturer or brand),the dealer is required to notify the FSA Cooperative Purchasing Program Coordinator within 10 business days of the decision not to retain the product line. In the event a manufacturer reassigns the product line to an alternate dealer, the manufacturer and the vendor are required to immediately notify the FSA in writing of the change within 10 business days confirming the reassignment. If the dealer is not already an approved FSA vendor,the dealer is required to apply to the FSA to become an approved vendor prior to conducting any qualified sales. The vendor and FSA Cooperative Purchasing Program 2018-2019 Page 12 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Rev 7/20/2018 the manufacturer are required to honor the contract pricing and all of the applicable terms and conditions throughout the remaining term of the contract. 1.28 METHOD OF AWARD The award is made to responsive and responsible bidders. FSA uses its discretion in determining if bids meet the requirements of this solicitation. The FSA reserves the right to make multiple awards within a specification,if deemed in the best interest of the FSA and the purchasers. Awards will be posted on the FSA website according to the date posted in the bid calendar. 1.29 DEMONSTRATION OF COMPETENCY Bidders must be able to demonstrate a good record of performance for a reasonable period of time, and have sufficient financial support,equipment and organization to ensure they can satisfactorily execute the services if awarded a contract under the terms and conditions herein stated. The terms"equipment"and"organization"as used herein shall be construed to mean a fully equipped and well established company in line with the best business practices in the industry and as determined by the FSA. The FSA may consider any evidence available regarding the financial,technical and other qualifications and abilities of a Bidder, including past performance with the FSA in making the award. The FSA may require Bidders to show proof that they have been designated as authorized representatives of a manufacturer or supplier which is the actual source of supply. In these instances, the FSA may also require information from the source of supply regarding the quality, packaging and characteristics of the products. Any conflicts between this material information provided by the source of supply and the information contained in the bid submission may render the bid nonresponsive. Pre-award inspection of the Bidder's facility may be made prior to the award of contract. Bids will only be considered from firms which are regularly engaged in the business of providing the goods or services as described in this Bid. Information submitted in the bid may not be plagiarized and, except in the case of materials quoted from this solicitation or developed by the manufacturer, must be the original work of the individual or company that submits the bid for evaluation. 1.30 VENDOR ABILITY TO PERFORM During the contract period, FSA may review the vendor's record of performance to ensure that the vendor is providing sufficient financial support,equipment and organization. If the FSA determines that the vendor no longer possesses the financial support, equipment and organization in order to comply with this section, FSA has the authority to immediately terminate the contract awarded. FSA Cooperative Purchasing Program 2018-2019 Page 13 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Rev7/20/2018 By responding to this procurement the vendor warrants that, to the best of his or her knowledge, there is no pending or threatened action,proceeding,or investigation,or any other legal or financial condition,that would in any way prohibit,restrain,or diminish the Vendor's ability to satisfy the obligations of the Contract. The vendor warrants that neither it nor any affiliate is currently on the convicted vendor list maintained pursuant to section 287.133 of the Florida Statues, or on any similar list maintained by any other state or the federal government. The vendor shall immediately notify the FSA and purchaser in writing if its ability to perform is compromised in any manner during the term of the contract. 1.31 FINANCIAL RESPONSIBILITY Bidder affirms by the signature on the contract signature page that the bidder: • Has fully read and understands the scope, nature,and quality of work to be performed or the services to be rendered under this bid, and has the adequate facilities and personnel to fulfill such requirements; • Accepts the financial responsibility associated with this bid, and declares that he or she has the access to capital(in the form of liquidity or credit lines)in order to meet the financial demands of such award; • Has assessed the financial responsibility required to serve the contract as bid,including such details as the obligations to perform all specifications bid, zones bid, and quantities that could be ordered, as well as timing of payment from purchasers,which can be 45 days from receipt of invoice;and • Assumes full responsibility that all vehicles delivered to the purchaser are free and clear of all outside liens,encumbrances,security interests apart from the dealer floor plan or other dealer inventory finance security interest. 1.32 QUALITY AND SAFETY All materials used for the manufacture or construction of any supplies, materials or equipment covered by this bid shall be new. The items bid must be new, the latest model, of the best quality, and highest grade workmanship that meet or exceed federal safety standards. Products requiring certification should require certification of options in cases where non-certified options could result in the decertification of the original product or warranty. In all cases where options are not certified, the Vendor must disclose to the end user that the non-certified options are not required to be certified.All options must meet or exceed federal safety standards. 1.33 NONCONFORMANCE TO CONTRACT CONDITIONS Items may be tested for compliance with specifications. Items delivered that do not conform to specifications may be rejected and returned at the vendor's expense. Items not meeting the specificiations and items not delivered within a reasonable period of time after expected delivery date may be purchased outside of the FSA contract. Any violation of these stipulations may also result in: • Vendor's name being removed from the awarded Vendor list. FSA Cooperative Purchasing Program 2018-2019 Page 14 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Rev 7/20/2018 • FSA and Purchasers being advised not to do business with vendor. 1.34 GRATUITIES Proposers shall not offer any gratuities,favors,or anything of monetary value to any official,employee,or agent of the FSA,for the purpose of influencing consideration of this bid. 1.35 TIE BIDS In case of tie bids and both businesses have qualifying drug-free work programs,the award will be made using the following criteria: • Bidder Within the State of Florida • Dealers performance record with purchasers • Coin Toss 1.36 RIGHT TO AUDIT Vendor shall establish and maintain a reasonable accounting system that enables FSA to readily identify Vendor's sales. FSA and its authorized representatives shall have the right to audit and to make copies of all related records pertaining to this contract, including all government sales and eligible users information whether kept by or 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 paid vouchers, cancelled checks, deposit slips, ledgers, and bank statements; • Written policies and procedures; • Subcontract files(including proposals of successful and unsuccessful bidders, bid recaps, etc.); • Original estimates or work sheets; • Contract amendments and change order files; • Insurance documents;or • Memoranda or correspondence. Vendor shall maintain such records during the term of this Contract and for a period of three(3)years after the completion of this Contract. At the vendor's expense and upon written notice from FSA, the vendor shall provide such records for inspection and audit by FSA or its authorized representatives. Such records shall be made available to FSA during normal business hours within three business days of receipt of the written notice. FSA may select the vendor's place of business or offsite location for the audit. The FSA may also request the vendor provide requested records via e-mail. Vendor shall ensure FSA has these rights with Vendor's employees, agents, assigns, successors, and third party supplier and the obligations of these rights shall be explicitly included in any subcontracts or agreements formed between the Vendor and any Sub-Vendors to the extent that those subcontracts or agreements relate to fulfillment of the Vendor's obligations to FSA. FSA Cooperative Purchasing Program 2018-2019 Page 15 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Rev 7/20/2018 Professional fees, personnel costs and travel costs incurred by FSA under its authority to audit and not addressed elsewhere will be the responsibility of the FSA. However, if the audit identifies under reporting, overpricing or overcharges (of any nature) by the vendor to FSA or a customer in excess of three percent (3%) of the total contract billings, the vendor shall reimburse FSA for the total costs of the audit not to exceed $5,000. If the audit discovers substantive findings related to fraud, misrepresentation, or non- performance, FSA may recoup all the costs of the audit work from the vendor. Any adjustments or payments that must be made as a result of any such audit or inspection of the vendor's invoices or records shall be made within a reasonable amount of time (not to exceed 60 days) from presentation of FSA's findings to Vendor. FSA has the right to assess damages or seek reimbursements or refunds based on audit results. 1.37 LIABILITY, INSURANCE, LICENSES AND PERMITS Where bidders 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 successful bidder will assume the full duty, obligation and expense of obtaining all necessary licenses, permits and insurance and assure all work complies with all applicable county and municipal code requirements.The bidder shall be liable for any damages or loss to the FSA or purchaser occasioned by negligence of the bidder or any person the bidder has designated in the completion of the contract as a result of his or her bid. 1.38 BID BONDS, PERFORMANCE BONDS, CERTIFICATES OF INSURANCE Bid Bonds,when required,shall be submitted with the bid in the amount specified in Bidder Instructions. After acceptance of bid, the FSA will notify the successful bidder to submit the applicable certificates of insurance in the amounts specified in the Bidder Instructions and/or Insurance Checklist. Purchaser may request a performance bond from a vendor. Performance Bonds are recommended with pre-payment and will be at the expense of the requesting agency. Purchasers should determine the best practice in comparing performance bond expense against any prior discounts that may be available. 1.39 ELIMINATION FROM CONSIDERATION This Invitation to Bid shall not be awarded to any person or bidder who has outstanding debts to the FSA, whether in relation to current or previous bid awards or for other business purposes. 1.40 COLLUSION Collusion is a non-competitive secret or sometimes illegal agreement between rival bidders that attempts to disrupt the contract process equilibrium.Collusion involves people or companies that would typically compete,but are conspiring or working together in which the outcome results in an unfair bid advantage. The parties may collectively choose to agree to increase or decrease its product base price in one or more zones to maximize awards thus denying the public a fair price. Examples of Bid Collusion: FSA Cooperative Purchasing Program 2018-2019 Page 16 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Rev 7/20/2018 • Cover bidding:a competitor agrees to submit a non-competitive bid that is too high to be accepted or contains terms that are unacceptable to the buyer. • Bid suppression or withdrawal:a competitor agrees not to bid or to withdraw a bid from consideration. • Market sharing:a competitor agrees to submit bids only in certain geographic areas or only to certain public organizations. • Bid rotation:competitors agree to take turns at winning business while monitoring their market shares to ensure they all have a predetermined slice of the pie. Bidders or vendors who have been found to have engaged in collusion will be considered nonresponsive, and will be suspended or barred from bid participation.Any contract award resulting from collusive bidding may be terminated for default. Further,any collusion that is detected by the FSA may be reported to relevant law enforcement and/or prosecutorial agencies. Vendors or dealers and their representatives may submit multiple bids without conflict of collusion if the bid submitted is not from the same manufacturer and product line. Dealerships which share the same ownership may submit multiple bids without conflict of collusion if the bidders are not in the same region featuring the same manufacturer and product line. 1.41 DEFAULT Failure or refusal of a bidder to execute a contract upon award or withdrawal of a bid before such award is made, may result in forfeiture of any bid surety required that is equal to damages incurred by the FSA therefrom,or where surety is not required,failure to execute a contract as described above may be grounds for removing the bidder from the awarded vendor's list. In case of default on the part of awarded bidder, the FSA may take necessary steps to otherwise procure the products sought, including but not limited to procuring the products or services from the next highest ranked bidder or from other sources.A defaulting bidder may be held liable for costs incurred by the FSA in procuring replacement products. 1.42 PROTESTS AND ARBITRATION Options are for informational purposes only and will not serve as a basis for protest. Any person who is adversely affected by the decision or intended decision to award shall file a "Notice of Protest" in writing to the Administrator within three (3) business days after the posting of the Intent to Award and shall file a formal written protest within five (5) business days after filing the Notice of Protest. Failure to file both a notice of protest and a formal written protest within the above referenced timelines shall constitute a waiver of proceedings. The burden is on the party protesting the award of the bid to establish grounds for invalidating the award(s). The formal written protest must state with particularity the facts and law upon which the protest is based. Failure to do so will result in a denial of protest. Formal written protest which states with particularity the facts and law upon which the protest is based will be reviewed by FSA legal counsel for legal soundness and FSA Cooperative Purchasing Program 2018-2019 Page 17 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Rev 7/20/2018 validity,and corrective action will be taken as needed contingent upon the validity of such claims.However, any additional time required and cost incurred by the FSA to substantiate a protesting party's claim(s) beyond the normal scope of its legal review due to the vague or inconclusive nature of the protesting party's filing will be reimbursable to the FSA and deducted from the protesting party's bond or security which must accompany their filing. Any person who files an action protesting a decision or intended decision pertaining to this contract shall post with the Florida Sheriffs Association at the time of filing the formal written protest or within the five (5)day period allowed for filing the formal written protest,a bond,cashier's check or money order payable to the Florida Sheriffs Association in the amount equal to ten percent of the product line being protested. FSA will provide the amount required within two(2)business days of the notice of protest received.This bond or security will be conditioned upon the payment of all costs which may be adjudged against the protesting party in a court of law and/or to reimburse the FSA for additional legal expenses incurred and required to substantiate the protesting party's claim(s). Failure to post the bond or security requirement within the time allowed for filing will result in a denial of protest. The filing of the protest shall not stay the implementation of the bid award by the Florida Sheriffs Association. Should the unsuccessful bidder(s)decide to appeal the decision of the FSA,they shall file a notice to FSA within three(3) business days of the FSA bid protest decision regarding their intent to request arbitration. A demand for arbitration with the American Arbitration Association's(AAA) commercial panel under its rules and regulations must be made within ten(10) business days of the FSA bid protest decision. Any person who files for an arbitration with the AAA shall post with the Florida Sheriffs Association at the time of filing the formal written arbitration request, a bond,cashier's check or money order payable to the Florida Sheriffs Association in the amount equal to ten percent of the product line being protested.This amount will be the same amount as the FSA provided at the time of filing the initial protest. Failure to provide written notice to FSA,file a demand for arbitration with the AAA,or failure to post the required bond and security requirement within the specified timelines shall constitute a waiver of arbitration proceedings. By responding to this procurement the bidder expressly agrees to the use of mandatory binding arbitration to resolve any appeals of the decision of the FSA,and any claims arising from or in any way relating to the procurement process,and expressly waives any and all rights that it may otherwise have to pursue such claims in any other forum,judicial or otherwise. 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. 1.43 NONPERFORMANCE The vendor shall at all times during the contract term remain responsive and responsible. In determining vendor's responsibility,the Administrator shall consider all information or evidence that demonstrates the vendor's ability or willingness to fully satisfy the requirements of the solicitation and the contract. Vendors that are not in compliance with any of the provisions of this contract can be assessed liquidated damages, suspended or terminated from the contract. The Administrator has the discretion to remove a noncompliant vendor from future competitive bid solicitations. FSA Cooperative Purchasing Program 2018-2019 Page 18 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Rev 7/20/2018 At the Administrator'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 Administrator. In situations where there is evidence that the vendor has engaged in egregious breaches of the contract with respect to either the FSA and/or the purchaser,the contract can be terminated and the vendor will be removed from future solicitations for a period of three (3) years and up to a permanent ban from the bid process. 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 dealer installed items and packages, requiring the purchase of additional options over and above the base vehicle as a condition of acceptance of order,providing aftermarket options where factory options are available without the consent of the purchaser, any misrepresentation of optional equipment or service as being factory that fails to meet the definition as described in this document,and any other practice deemed to be inconsistent with the intent of the contract. Any vendor presented with a valid purchase order is required by this contract to accept such purchase order and deliver the product.Orders must be fulfilled if the vehicle or equipment is a base model or whether it includes options.The vendor must deliver this product if they were awarded the contract— regardless of profit or loss. Failure to deliver the vehicles or equipment mayresult in the purchaser seeking damages for the difference of cost to issue the exact same order with another vendor plus any legal fees and damages that may be incurred in the process to facilitate a completed order. Additionally, FSA may seek damages for nonpayment of administrative fees, to which FSA is entitled, according to Section 3.28 and any attorney's fees incurred in the recovery of these damages. All terms and conditions are applicable throughout the term of the contract and not any given Year, Make or Model. 1.44 SEVERABILITY In the event any provision of this contract is held to be unenforceable for any reason,the unenforceability thereof shall not affect the remainder of the contract which shall remain in full force and effect and enforceable in accordance with its terms. 1.45 TERMINATION FOR CAUSE If through any cause within the reasonable control of the vendor,it shall fail to fulfill in a timely manner,or otherwise violate any of the terms of this contract, the FSA shall have the right to terminate the services remaining to be performed. Written notice of the deficiencies shall be given to the vendor and unless the deficiencies are corrected within 10 business days,the Contract may be terminated for cause immediately. The right to exercise the option to terminate for cause shall be in the sole discretion of the FSA, and the failure to exercise such right shall not be deemed to constitute a waiver of this right. FSA Cooperative Purchasing Program 2018-2019 Page 19 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Rev7/20/2018 In that event,the FSA shall compensate the successful bidder in accordance with the contract for all services performed by the bidder prior to termination, net of any costs incurred by the FSA as a consequence of the default. Notwithstanding the above, the vendor shall not be relieved of liability to the FSA for damages sustained by the FSA by virtue of any breach of the contract by the vendor, and the FSA may reasonably withhold payments to the vendor for the purposes of off set until such time as the exact amount of damages due the FSA from the vendor is determined. 1.46 TERMINATION WITHOUT CAUSE The FSA can terminate the contract in whole or part without cause by giving written notice to the vendor of such termination,which shall become effective 30 days following receipt by vendor of such notice. In that event, all finished or unfinished documents and other materials shall be properly delivered to the FSA. The vendor shall not furnish any product after it receives the notice of termination,except as necessary to complete the continued portion of the contract,if any. The vendor shall not be entitled to recover any lost profits that the vendor expected to earn on the balanced of the Contract or cancellation charges. Any payments to the vendor shall be only to the total extent of the FSA liability for goods or services delivered prior to the date of notice to terminate the contract. 1.47 CONTRACT ADVERTISMENT AND USE OF FSA LOGO The CPP logo is an official logo of the Florida Sheriffs Association designed to promote the program.The logo may be used by vendors in accordance with this policy.Use of the logo is limited to the original version received from the FSA. Modifications are not permitted. Methods of use include, but are not limited to: • Electronic mediums such as websites,digital marketing campaigns,social media and e-mail;or • Print media such as forms, marketing campaigns, business cards, posters, banners, brochures, flyers and postcards. Vendors may request the logo by contacting cpp@flsheriffs.org, and should include a brief description of the 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.The request must include a detailed explanation for intended use of the FSA logo. FSA Cooperative Purchasing Program 2018-2019 Page 20 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Rev 7/20/2018 2.0 BIDDER INSTRUCTIONS 2.01 FIRST YEAR BIDDER QUALIFICATIONS In order for bids to be considered, first year Bidders to the Florida Sheriffs Association Cooperative Purchasing Program must provide supporting material with their bid submission to demonstrate that they are qualified to satisfactorily perform as an awarded vendor. Supporting material shall be provided on a thumb drive and shall include: a. All information necessary to certify that the bidder maintains a permanent place of business; b. A statement from the manufacturer that the bidder is an authorized distributor for the proposed manufacturer; c. Information that the Bidder has not had just or proper claims pending against them or their company; d. A listing of contracts for similar services that have been provided to public or private sector clients within the last three(3)years; e. Shall furnish the names,addresses,and telephone numbers of 5 government agencies for which the Bidder is currently providing or has provided similar services;and f. A Request for Consideration letter on company letterhead, which shall be dated prior to the bid submission date,which should include: 1. The length of time the company has been in business; 2. The Dun and Bradstreet and/or Experian Business number; 3. If the company currently sells on a state or federal contract, if so identify which contract(s); 4. How many years of experience in government sales the company has; 5. Whether the company can accommodate fleets sales., 6. Proof of a business line of credit from the guarantor used to support government fleet operations; - 7. Additional information about the product line;and 8. Whether the company has ever been disqualified from any contract, if so identify which contract(s). 2.02 LICENSING/FACILITIES Bidders are required to possess a Florida Motor Vehicle Dealers License in order to bid on any motor vehicle. Bidders must maintain a repair/warranty facility within the State of Florida to provide sales and service for the vehicles and equipment bid. The Administrator reserves the right to periodically request additional or updated information from a dealer regarding the repair/warranty facility during the solicitation and the term of the contract, if awarded. The FSA Cooperative Purchasing Program Administrator may also exercise discretion in examining such facility as deemed necessary. 2.03 INSURANCE AND INDEMNIFICATION 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 FSA Cooperative Purchasing Program 2018-2019 Page 21 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Rev 7/20/2018 description,including legal counsels'fees,arising from or relating to personal injury and damage to real or personal tangible property alleged to be caused in whole or in part by bidder, its agents, employees, partners, or third party suppliers; provided, however,that the bidder shall not indemnify for that portion of any loss or damages resulting directly from the negligent acts or omissions of the Florida Sheriffs Association and participating agencies or proximately caused by intentional wrongful acts or omissions of the Florida Sheriffs Association and participating agencies. Vendor's obligations under the above paragraph with respect to legal action are contingent upon the Florida Sheriffs Association and/or participating agencies giving the bidder (1) written notice of any action or threatened action, and (2) the opportunity to take over and settle or defend any such action at bidder's sole expense.Vendor shall not be liable for any cost,expense or compromise incurred by the Florida Sheriffs Association, or participating agencies, in any legal action without bidder's prior written consent, which consent shall not be unreasonably withheld,conditioned,or delayed. The vendor shall be responsible for the work and every part thereof,and for all materials,tools,appliances and property of every description, used in connection with this particular project. The vendor shall specifically and distinctly assume, and does so assume, all risks of damage or injury to property or persons used or employed on or in connection with the work and of all damage or injury to any person or property wherever located, resulting from any action or operation under the contract or in connection with the work. It is understood and agreed that at all times the vendor is acting as an independent contractor. The vendor at all times during the full duration of work under this contract, including extra work in connection with this project shall meet the requirements of this section. The vendor shall maintain automobile liability insurance including property damage covering all owned, non-owned or hired automobiles and equipment used in connection with the work. The vendor shall maintain comprehensive general liability insurance and general aggregate insurance in the amount and coverage levels specified on the Insurance Checklist. The vendor shall maintain insurance to cover garage operations in the amount specified on the Insurance Checklist. No change or cancellation in insurance shall be made without 30 days written notice to the FSA Cooperative Purchasing Program Administrator. All insurance policies shall be issued by companies authorized to do business under the laws of the State of Florida and these companies must have a rating of at least B+: VI or better per Best's Key Rating Guide, latest edition. Original signed Certificates of Insurance, evidencing such coverages and endorsements as required herein shall be filed within five days of bid award.The certificate must state Bid Number and Title. Vendor may not begin performance under the contract until such Certificates have been approved by the Administrator. Upon expiration of the required insurance,the vendor must submit updated certificates of insurance for as long a period as any work is still in progress. 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. FSA Cooperative Purchasing Program 2018-2019 Page 22 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Rev 7/20/2018 All policies issued to cover the insurance requirements herein shall provide full coverage from the first dollar of exposure. No deductibles will be allowed in any policies issued on this contract unless specific safeguards have been established to assure an adequate fund for payment of deductibles by the insured and approved by the Administrator. 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 in and up to the amount of $1,000,000 for each occurrence and for all damages to the property of others in and up to the amount of$1,000,000 for each occurrence per the insurance requirement under the specifications including costs of investigation, all expenses of litigation, including reasonable legal counsel fees and the cost of appeals arising out of any such claims or suits because of any and all acts of omission or commission of any by the vendor, his agents,servants, or employees, or through the mere existence of the project under contract. The foregoing indemnity agreement shall apply to any and all claims and suits other than claims and suits arising out of the sole and exclusive negligence of the FSA, its officers, agents, and employees, as determined by a court of competent jurisdiction. The vendor will notify his insurance agent without delay of the existence of the Hold Harmless Agreement contained within this contract, and furnish a copy of the Hold Harmless Agreement to the insurance agent and carrier. The vendor will obtain and maintain contractual liability insurance in adequate limits for the sole purpose of protecting the FSA under the Hold Harmless Agreement from any and all claims arising out of this contractual operation. The vendor will secure and maintain policies of third party suppliers.All policies shall be made available to the FSA upon demand. Compliance by the vendor and all third party suppliers with the foregoing requirements as to carrying insurance and furnishing copies of the insurance policies shall not relieve the vendor and all third party suppliers of their liabilities and obligations under any section or provisions of this contract. Vendor shall be as fully responsible to the FSA for the acts and omissions of the third party suppliers and of persons employed by them as he is for acts and omissions of persons directly employed by him. Insurance coverage required in this contract shall be in force throughout the contract term.The required Insurance Checklist summarizes the vendor's insurance obligations, if awarded. The Administrator can request and the vendor shall furnish proof of insurance within seven days of receipt of the written request from FSA. Should the vendor fail to provide acceptable evidence of current insurance during the contract term,the FSA shall have the right to consider the contract breached and justifying the termination thereof. If bidder does not meet the insurance requirements of the specifications;the Administrator may consider alternate insurance coverage. FSA Cooperative Purchasing Program 2018-2019 Page 23 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Rev 7/20/2018 2.04 SPECIFICATIONS All units covered by this Contract and the detailed specifications shall be the manufacturer's current basic production model,and shall,as a minimum,be equipped with all standard factory equipment in accordance with the manufacturer's latest literature unless otherwise noted in the bid document. If awarded, bidders must supply a unit that either meets or exceeds all the requirements included in the applicable detailed specifications. The bid specifications are contained at https://VeBA.flsheriffs.org. The FSA base specifications are incorporated in this document by reference. All bidders will be required to provide any information requested on the price sheets,such as manufacturer and model number of various components, or may have their bid rejected. All equipment, options, and features provided must be designed, constructed, and installed to be fully suitable for their intended use and service. 2.05 FIXED PRICES If the bidder is awarded a contract under this Invitation to Bid,the prices quoted by the bidder on the Bid Forms shall remain fixed and firm during the term of this contract,unless otherwise addressed in a contract extension. 2.06 SEALED BIDS A sealed bid is a completed bid that is submitted in a sealed and unopened container clearly marked with the Bid Title and Number. One electronic copy of the bid submission as well as any other required documentation must be turned in for the bid to be considered for award. Electronic copies shall be submitted on a labeled USB flash drive. Sealed bids should be sent to the attention of FSA Cooperative Purchasing Program Coordinator, Florida Sheriffs Association,2617 Mahan Drive,Tallahassee,FL 32308.Faxed or e-mailed bids will not be accepted. 2.07 EXCEPTIONS, OMISSION AND ERRORS Any exceptions,deviations,or contingencies a bidder may have to specifications or Contract Conditions, Section 3.0 of this document, must be documented in bidder's submission. Exceptions to the specifications at the time of the bid submission shall reference the section and with a written explanation for the request for exception.At FSA's discretion,exceptions,deviations,or contingencies to the specifications or Contract Conditions stipulated by the bidder may result in disqualification of a bidder's submission. Specifications are based on the most current manufacturer literature available. Bidders should immediately notify the Administrator of any inaccuracies in the specifications or required submittal documents. All notifications of inaccuracies must be in writing and timely submitted. Failure of a bidder to comply with these provisions will result in bidders being held responsible for all costs required to bring the vehicle into compliance with the contract specifications. FSA Cooperative Purchasing Program 2018-2019 Page 24 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Rev 7/20/2018 Exceptions,deviations or contingencies to the General Conditions or Bidder Instructions, other than those determined to constitute minor irregularities and waived by the FSA pursuant to Section 2.26,may be cause for the rejection of a bidder's submission. 2.08 MISTAKES Bidders are expected to examine the specifications, delivery schedules, bid prices and all information pertaining to servicing this contract before submitting a bid. Failure to do so will be at the bidder's risk. 2.09 EQUIVALENTS Bidders must first request approval from the Administrator before submitting a bid that includes an equivalent that will supplement an item on the base specification. The Administrator will determine whether the proposed equivalent is equal to or exceeds the quality, design and construction than the intended replacement item in the base specification. Bidders must provide the manufacturer name and model number(or product identifier)of each equivalent when seeking approval. Complete,descriptive,technical literature should demonstrate that the equivalent conforms with specific replacement item. If the equivalent is approved,the bidder must include the supporting material in the bid submission. Bids will not be considered without this information. If a bid uses equivalents without prior approval, the bid will be deemed nonresponsive. Vendors offering alternate makes and manufacturers of vehicles or equipment that are not specifically identified in the bid,cannot publish or offer the unapproved equivalents. Offerings of this nature will cause the bid to be rejected. If such offerings are identified after the award has been granted, the offerings, specification or entire award can be removed by the Administrator. When selling equivalents, vendors must disclose to the purchaser that an approved equivalent is being offered. 2.10 MANDATORY PRE-BID MEETING Prospective bidders are required to attend the mandatory Pre-Bid Meeting. The Pre-Bid Meeting is designed for vendors,the Fleet Advisory Committee and the FSA Cooperative Purchasing Team to meet in person to clarify questions on the terms and conditions and to confirm all base specifications are correct. Bidders have the opportunity to suggest technical modifications or corrections before the specifications are finalized. Questions relating to the specifications, the bid process, or award can be asked at the Pre-Bid Meeting. FSA reserves the right to grant attendance exceptions to the mandatory meeting if the bidder has requested prior authorization,signs a memo of understanding to agree to meet all the terms and conditions without exception and further waives their right to protest the bid process in its entirety or any portion thereof. FSA Cooperative Purchasing Program 2018-2019 Page 25 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Rev 7/20/2018 2.11 QUALIFICATION Prospective bidders are required to complete the qualification forms by the date listed on the Bid Calendar. A bidder becomes a qualified bidder if they comply with this section and Section 2.10, Mandatory Pre-Bid Meeting. Qualification forms include: — Drug-Free Workplace Form, — Insurance Checklist,and — Manufacturer Certification Form for each manufacturer bid for Contract FSA18-VEH 16.0 only. o Note: Manufacturer Certification Forms are not required for Contract FSA 18-VEL26.0. The qualification forms are located in the appendices, and can be found online at: https://www.flsheriffs.org/law-enforcement-programs/cooperative-purchasing-program/bid- announcements. Qualification forms must be submitted by email to cpp@flsheriffs.org. 2.12 PRICES QUOTED Prices submitted as indicated in the sealed bid are final. Bidders acknowledge that prices quoted will be valid for a period of 60 calendar days from the date of bid opening. Each specification, make and model must be priced and bid separately. Prices should reflect the final cost the bidder can expect to receive for payment for the specifications bid. These prices must be inclusive of all of the components included in the base specification. Prices bid,including options,must include the administrative fee FSA charges to administer the contract,as outlined in Section 3.28. Prices must be Free On Board (FOB)destination. Once awarded, the vendor has the authority to offer discounts for prompt payment. Cash or quantity discounts offered will not be a consideration in determination of award of the bid. 2.13 OPTION PRICING The Administrator has the discretion to disqualify bidders if the option pricing is excessive. The bidder shall offer discount below Manufacturer's Standard Retail Pricing (MSRP) or manufacturers published list price for any factory add options included in the bid submission and in resulting customer orders, if awarded. Agencies are encouraged to negotiate option pricing with vendors. Discounts can be provided beyond published list price of add options. The additional discounts for each add option shall be decided by the vendor. 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),bidder must calculate the option price as FSA Cooperative Purchasing Program 2018-2019 Page 26 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Rev 7/20/2018 the difference between dealer cost on the representative base vehicle and total MSRP of the requested option modifying the vehicle. When add options listed are included in the base vehicle,bidder must submit options as"Included"or"STD" for standard. Bidder must use proper factory codes for all factory add options. Options available through the factory MUST be bid and supplied to Purchaser as "factory" options, unless requested otherwise in writing by the Purchaser. Options are intended to add or delete equipment and/or features from the base vehicle specification, and to provide an upgrade or downgrade to a manufacturer's model, such as a slightly different engine size or horsepower, and as such, should not be made available for purchase separate from the base vehicle. Bidders shall NOT use add or delete options to create a piece of equipment that is entirely different than the base unit called for in the specification,or any other options,scheduled or non-scheduled,that do not meet the intention of options as stated above. 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. 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 construed as noncompliant and the bid will be rejected in whole or part by the FSA Cooperative Purchasing Program Administrator. Example:Bidder CANNOT include option upgrades that result in the selling of a vehicle or truck on one specification that is offered as a separate specification in the bid solicitation. For example, a Vendor who is awarded the bid for 25,500 lb. GVWR Cab & Chassis cannot upgrade this item through an add option to a 30,000 lb. GVWR Cab& Chassis in order to circumvent the bid award winner for the 30,000 lb. GVWR Cab& Chassis. Factory package options are allowable under this contract.Factory package options must be included in the add options within the bid document and detailed specifically as to what components the package includes. Prices for options submitted by the bidder for Emergency Vehicle Lighting shall include all applicable state and federal fees and charges, not including installation. Motorcycle pricing will include installation. No additional charges or fees are admissible. Option pricing will include all costs of labor associated with the option and should not be listed separately within the bid document. 2.14 EMERGENCY LIGHT AND SIREN CERTIFICATION STANDARDS Vendors that will install emergency lights and sirens are required to submit their Society of Automotive Engineers(SAE)Certifications at the time of bid submission.SAE Certifications must include Class 1,Class 2 and Class 3 in order to be eligible for participation in the FSA Contract. Vendors that will provide or contract to provide emergency light and siren upfitting must also submit EVT Certifications for the vendor or the designated third party supplier at the time of bid submission. Under Florida Statute 316.003(1),authorized emergency vehicles are defined as: FSA Cooperative Purchasing Program 2018-2019 Page 27 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Rev 7/20/2018 Vehicles of the fire department(fire patrol), police vehicles,and such ambulances and emergency vehicles of municipal departments, public service corporations operated by private corporations, the Fish and Wildlife Conservation Commission,the Department of Environmental Protection,the Department of Health, the Department of Transportation, and the Department of Corrections as are designated or authorized by their respective department or the chief of police of an incorporated city or any sheriff of any of the various counties. FSA reserves the right to accept certifications up and until final award. 2.15 SUBMITTAL OF BID Bidders are required to submit a bid in VeBA. VeBA submissions include pricing for the base specification, option descriptions and option pricing,and any applicable light bar package pricing. In addition to VeBA submissions,FSA requires that vendors submit a complete bid package to FSA on a USB drive. The complete bid backage includes a .pdf copy of the VeBA submission and all other required documentation. Electronic signatures are authorized. However, the Contract Signature document also requires notarization. Notaries can be performed electronically if they meet the statutory requirements. Bids submissions must be received by the date listed on the bid calendar. Late bids will not be considered and VeBA will not accept bids after midnight on the closing date as specified in the Bid Calendar. Vehicle Bid Award System(VeBA) Bidders must submit their bid electronically on VeBA, which is located at https://veba.flsheriffs.org. Bids not submitted within VeBA will be rejected. After the pre-bid meeting, user names and passwords will be issued to qualified bidders. Bidders are encouraged to download and review the instructions located on the home page of VeBA. Instructions for entering and submitting bid specifications, as well as lightbar package pricing, are included on the VeBA site. Questions regarding the use of VeBA should be addressed to support@liquifusion.com. Bidders who intend to bid on emergency vehicles are also required to submit their lightbar package pricing through a separate document housed on the VeBA website during the VeBA submission process. Prices are to be rounded to the nearest whole dollar(i.e.$10, not$10.05). Vendors will have the option to use an electronic upload for specification options to VeBA. Instructions and deadlines for this upload will be provided to all interested bidders. Electronic upload of option descriptions is not mandatory and is an alternative method for entering option detail for a bidder's submission. This option upload does not apply to base specification pricing. If the vendor seeks to utilize the option upload during the bid submission process, the vendor acknowledges that a contractor to FSA will have access to the vendor's upload data. The contractor has signed a confidentiality agreement agreeing to maintain vendors'data as confidential and agrees that the data may only be used for the purposes of uploading the option data to the VeBA system.The contractor has acknowledged that any misuse of the data may result in liability to the vendor owning such data and may result in such vendor bringing legal action against the contractor. By using this option upload,the vendor acknowledges that the vendor is solely responsible for ensuring that the data uploaded is accurate and complete. Bid Package Submission FSA Cooperative Purchasing Program 2018-2019 Page 28 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Rev 7/20/2018 In addition to submitting the bid via the VeBA system, one electronic copy of the bid package on a labeled USB drive must be delivered to FSA. Bid packages must be labeled with the contract title and number. Mail sealed bid packages to the attention of: FSA Cooperative Purchasing Program Coordinator Contract:{Enter Contract Title and Number} Florida Sheriffs Association 2617 Mahan Drive Tallahassee, Florida 32308 The bid package must be received at the Florida Sheriffs Association by the date and time specified on the Bid Calendar. Failure to meet all submission requirements by the date indicated in the Bid Calendar will result in rejection of the bid. The USB drive must be labeled with the vendor's information,and shall include the following documents: • Executed Contract Signature Page • Cover sheet,found on VeBA; • Applicable licenses or certifications, including but not limited to SAE or EVT certifications • Pricing Sheet for Emergency Vehicle Lighting and Emergency Light and Siren Certifications, if applicable • One pdf copy of the VeBA bid submission and one build sheet for each specification bid o Materials for each specification must be housed in a single folder labeled by specification o A build sheet is a document from the bidder or manufacturer that confirms that the vehicle or equipment bid matches the FSA base specification. If using the manufacturer's print-out, the document shall indicate the manufacturer's base model code and display the standard equipment required to provide the base vehicle as outlined in the FSA specification. For example, manufacturer print-outs can include Ford — Dora, General Motors — GM Autobook. Carbook Pro build sheets are acceptable. If vendor installed aftermarket components are required to meet the base vehicle specification and these components must be identified on the build sheet. • Documentation as required in Section 2.01 for first year bidders • Any requested equivalents or exceptions By virtue of the bid submission, bidder acknowledges its obligation to sell vehicles and equipment in all zones for which it is awarded. Failure of the bidder to comply with these requirements may result in the imposition of liquidated damages of up to$1,000 per vehicle/equipment,which amount the vendor agrees is reasonable,or probation,suspension,termination or a combination thereof from current and future bids at the Administrator's discretion. 2.16 ZONE BIDDING Bidders are allowed to bid in one or more geographic zones. The zone map is Appendix B. A space is provided for the bidder to indicate zone bidding.Absence of any indication of a particular zone will mean that bids for each specification will be considered in all zones. FSA Cooperative Purchasing Program 2018-2019 Page 29 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Rev 7/20/2018 2.17 EXECUTION OF BID By submitting a response to this Invitation to Bid, the vendor agrees to the terms and conditions of this contract and to be bound by such terms and conditions if selected for award. The bidder must submit the Contract Signature document with the signature of an authorized representative no later than the date of the final award. 2.18 MODIFICATION OR WITHDRAWALS OF BIDS A bidder may submit a modified bid to replace all or any portion of a previously submitted bid until the due date and time listed in the Bid Calendar. Modifications received after the bid due date and time will not be considered. Bids can be withdrawn in writing prior to the contract award. If a bidder believes that the bidder must withdraw the bid,the bidder must contact the Administrator immediately. Bid withdrawals are handled on a case by case basis,and can result in a limitation of participation in future bids. 2.19 LATE BIDS Any bid or bids received after time and date specified in the Bid Calendar will be returned to the bidder unopened. The responsibility for submitting a bid before the stated time and date is solely and strictly the responsibility of the bidder. The FSA is not responsible for delays caused by technical problems, any internet outages or unavailability other than instances in which the VeBa system is offline, delays incurred by mail or courier service,including U.S.Mail,or any other occurrence. Any reference to time will be based on Eastern Standard Time. 2.20 BID OPENING Bids shall be opened on the date and time specified on the Bid Calendar. 2.21 DETERMINATION OF RESPONSIVENESS Determination of responsiveness will take place at the time of bid opening and evaluation. In order to be deemed a responsive bidder, the bid must conform in all material respects to the requirements stated in the Contract. 2.22 RESPONSIBLE BIDDER CRITERIA Bids will be evaluated to determine if eligibility and contract requirements are met. Responses that do not meet all requirements of this Invitation to Bid or fail to provide all required information, documents or materials may be rejected as nonresponsive. 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; FSA Cooperative Purchasing Program 2018-2019 Page 30 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Rev 7/20/2018 • Previous experience with FSA contract or other similar government contracts; • Ability to provide excellent customer service, including previous FSA contracts; • Any other information relevant to the responsibility of a vendor that FSA is aware of. In addition to first year bidders, FSA reserves the right to request staffing, performance and financial information from any bidder during the evaluation process if the Administrator determines this information is necessary to award the bid. FSA reserves the right to determine which responses meet the requirements, specifications, terms and conditions of the solicitation, and which bidders are responsive and responsible. 2.23 BASIS FOR AWARD The Administrator shall make awards to the lowest bidder by specification, by manufacturer and by zone to bidders deemed to be responsive and responsible.Awards may also be made to the second lowest bidder by specification, by manufacturer and by zone,if applicable and determined to be in the best interest of the FSA and the purchaser. The Fleet Advisory Committee serves as the initial review for bid submissions. The Fleet Advisory Committee's review is submitted to the Administrator for final evaluation and determination of award. The add options in the bid shall be for informational purposes only and will not serve as a basis for bid protest. However,the Administrator has the discretion to consider option pricing in making the award if doing so would be in the best interests of the FSA or the purchaser. The Administrator reserves the right to accept or reject any and all bids,and to waive any minor irregularity,technicality or omission if it determines that doing so will serve the purchaser's best interest. 2.24 BID WITHDRAWAL Bidder warrants by virtue of bidding it is submitting a firm bid and the prices quoted in their bid response will be good for an evaluation period of sixty(60)calendar days from the date of bid opening unless otherwise agreed to by the FSA. If a bidders believes that the bidder must withdraw the bid,the bidder must contact the Administrator immediately. Bid withdraws are handled on a case by case basis,and can result in a limitation of participation in future bids. 2.25 BID TABULATIONS The Bid Tabulation report will be posted to the Cooperative Purchasing Program website after the electronic bid process closes as indicated in the Bid Calendar. https://www.flsheriffs.org/law-enforcement- programs/cooperative-purchasing-program/dealers-only If there is a delay in posting the bid tabulation results,the Administrator will post a notice of the delay and a revised date for posting of results. FSA Cooperative Purchasing Program 2018-2019 Page 31 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Rev 7/20/2018 2.26 MINOR IRREGULARITIES/RIGHT TO REJECT The FSA has the right to accept or reject any and all bids, or separate portions thereof, and to waive any minor irregularity,technicality or omission if the FSA determines that doing so will serve its best interest or the best interest of the purchasers.A minor irregularity is a variation from the terms and conditions of this procurement that does not affect the price of the bid or give the bidder a substantial advantage over other bidders and thereby restrict or stifle competition and does not adversely impact the interests of the FSA or the purchasers. At its option, the FSA may allow a vendor to correct minor irregularities but is under no obligation to do so.In doing so,the FSA may request a vendor to provide clarifying information or additional materials to correct the irregularity. However,the FSA will not request and a vendor may not provide the FSA with additional materials that affect the price of the bid, or give the vendor an advantage or benefit not enjoyed by other vendors. The FSA 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 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 FSA Cooperative Purchasing Program website or VeBA, or communications initiated by the FSA. All permitted communications during this period shall be made in writing to the procurement contacts identified in Section 1.01 of this Invitation to Bid. Bidders are encouraged to read the instructions and view the tutorial video regarding operation of VeBA.FSA is not responsible for bidder's improper use of the VeBA system or website. Exceptions will be granted to this section should any website malfunctions occur. FSA Cooperative Purchasing Program 2018-2019 Page 32 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Rev7/20/2018 3.0 CONTRACT CONDITIONS 3.01 GENERAL REQUIREMENTS Once the bid has been awarded,the terms and conditions of this document become the Contract between the FSA and the awarded vendor. The terms and conditions apply to all vehicles and equipment purchased from this contract. 3.02 STATEMENT OF AUTHORITY Each person signing the Contract warrants that he/she is duly authorized to do so and binds the respective party to the Contract. 3.03 VENDOR CONTACT INFORMATION The vendor will maintain current contact information with FSA at all times. If a change occurs during the contract,the vendor must notify the Administrator immediately. The Vendor Change Document must be completed,signed by an authorized representative and submitted via e-mail to CPP@flsheriffs.org. A sample Vendor Change Document can be found in Appendix A and online at: https://www.flsheriffs.org/uploads/FSA%20Bid%20Award%20Ven dor%201 nfo%20Cha nge%20Document% 20R Ev%205-16A%281%29.pdf. 3.04 OPTION TO RENEW WITH PRICE ADJUSTMENT The contract may be renewed by mutual agreement,initiated at the discretion of the FSA,for up to two(2) additional years, on a year to year basis.The FSA reserves the right to in its sole discretion elect to renew the contract in whole or in part Prior to completion of each exercised contract term,the FSA may consider an adjustment to price due to changes to the Producer Price Index(PPI) as published by the U.S. Department of Labor, Bureau of Labor Statistics, or as a result of any changes to national or state standards that require substantial cost adjustments. Prices may be increased or decreased by the percentage change reflected in the nationally published PPI. The Administrator shall determine the PPI based on the initiated timing of the renewal that best reflects adjustments to the economy over the previous 12 months. In the event of changes to national or state standards,the vendor must present verifiable changes in cost to the Administrator. The Administrator will consider the cost changes and will make a final determination on the change in price. FSA Cooperative Purchasing Program 2018-2019 Page 33 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Rev 7/20/2018 For any vendor-initiated adjustment to commence on the first day of the renewed contract term, the vendor's request or adjustment should be submitted one hundred and twenty(120)days prior to expiration of the then current contract. The vendor adjustment request must clearly substantiate the requested increase. If no request is received from the vendor, the FSA will assume that the vendor has agreed that the optional term may be exercised without pricing adjustment.Any adjustment request received after the commencement of a new option period will not be considered. The FSA reserves the right to accept the renewal adjustment or to allow the contract to terminate and re- advertise for bids,whichever is in the best interest of the FSA. 3.05 ADDITIONS AND DELETIONS The FSA reserves the right to add or delete any items from this bid or resulting contract when deemed to be in the best interest of FSA and the participating purchasers. FSA reserves the right to remove, discontinue or suspend the sale or offering of any product within the Invitation to Bid document or existing contract, at its discretion. This decision to take action may be based upon and not limited to: • Few or no sales; • Product recalls and other safety issues; • Dealer/Manufacturer performance;or • Lack of relevance of products/commodities. 3.06 EQUITABLE ADJUSTMENT The Administrator may make an equitable adjustment to the contract terms or pricing at its discretion. 3.07 DISCOUNTS Discounts shall be below Manufacturer's Standard Retail Pricing (MSRP) or manufacturers published list price for any vehicle, equipment and factory add options. The dealer has the authority to offer additional discounts based on quantity, as well as additional manufacturer or vendor discounts. Discount ranges are not permissible.Discounts must be a whole,positive percentage with no decimal place (e.g. 10%). 3.08 CONDITIONS It is understood and agreed that any item offered or shipped as a result of this bid shall be the most current model offered,i.e.the most current production model at the time of this bid. FSA Cooperative Purchasing Program 2018-2019 Page 34 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Rev 7/20/2018 3.09 PRODUCTION CUTOFF Vendor shall notify the Administrator in writing no less than sixty(60) calendar days prior to the close of final order date by the manufacturer when the final order date is during the term of the contract. Notification shall be provided in writing. Purchase orders received by the vendor ten (10) business days prior to the final order date must be accepted and entered into the order system with the manufacturer. If a purchase order has been timely received by the vendor or the manufacturer,and the manufacturer fails to produce or deliver the production year vehicle,the vendor must provide the next year's equivalent model at current contract prices. Purchase orders issued and received after the 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 specificaitons, FSA may consider substitutions from the same manufacturer. 3.10 FACILITIES The FSA reserves the right to inspect the vendor's facilities at any time with prior notice. 3.11 SUBSTITUTIONS The FSA or purchasers will NOT accept substitute shipments of any kind.Vendors are expected to furnish the brand quoted in their bid once awarded. Any substitutes will be returned at the vendor's expense. Delivery of substitutes and the delay in supplying the correct specification can be deemed grounds for termination for default. 3.12 POLICE RATED VEHICLES/MOTORCYCLES Vehicles in this category have been reviewed by one or more of the nationally recognized authorities on Police Vehicle Testing Program/Evaluation. These vehicles were historically referred to as"Pursuit Rated". These evaluations are not designed to recommend a particular product, but to serve as a resource for vehicles which are currently being offered for law enforcement service. To see the full detailed report click or copy the links below. The importance with which each individual phase is weighted in these evaluations is a subjective decision which should be made by each agency based upon that agency's needs. For the purposes of this bid,the following are recognized authorities: STATE OF MICHIGAN Department of State Police and Department of Technology, Management and Budget Police Vehicle Evaluation Program FSA Cooperative Purchasing Program 2018-2019 Page 35 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Rev7/20/2018 http://www.michigan.gov/documents/msp/2017 MY Police Vehicle Evaluation Test Book- Final 544109 7.pdf LASD LAW ENFORCEMENT VEHICLE TEST AND EVALUATION PROGRAM Vehicles: http://www.la-sheriff.org/s2/static content/srvc/documents/2017 Vehicle Test Booklet.pdf Motorcycles: http://www.la- sheriff.org/s2/static content/srvc/documents/2017 Motorcycle Test Booklet.pdf 3.13 SPECIAL SERVICE VEHICLES: Vehicles in this category in some cases have been reviewed by one or more of the nationally recognized authorities on Police Vehicle Testing Program/Evaluation. These vehicles are often referred to as"Special Service Vehicle" (SSV)and often used in public safety applications and other areas of government. Please refer to manufactures published information for detailed information regarding these vehicles. 3.14 CAB AND CHASSIS PURCHASES Cab and Chassis can be purchased from the vendor without any required additional fitting by the vendor. If an incomplete chassis is sold to an agency,then the vendor is not responsible for the tag and title.Vendors are responsible for tag and title work if the chassis is completed by the vendor or the vendor's contracted third party supplier. FSA highly recommends that all upfitting of cab and chassis be performed by vendors who are licensed and certified to perform such work to avoid unnecessary exposure to future liability. The requirements of Florida Statute 319.21 related to the manufacturer statement of origin apply to cab and chassis purchases. 3.15 FACTORY INSTALLED All options specified as factory installed are to be installed on the vehicle at the primary site of assembly and is to be the manufacturer's standard assembly-line product. No aftermarket and no dealer installed equipment will be accepted as factory installed. Vendors found supplying aftermarket or dealer installed equipment where factory installed are specified may be required to retrieve all delivered vehicles and reorder new vehicles meeting the specifications. All factory ordered options are to be original equipment manufacturer(OEM) and factory installed unless otherwise noted by the vendor and acknowledged in writing by the purchaser. Verbal agreements will not be recognized. Aftermarket parts, modifications, and factory produced parts and components ordered and installed by a vendor that do not meet the requirements of factory installed components, will be rejected for noncompliance with the requirements of the specification. In the event that a component that does not meet the specifications is found installed on a vehicle before or after the vehicle has been accepted by the Purchaser,the vendor shall be required to replace the vehicle FSA Cooperative Purchasing Program 2018-2019 Page 36 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Rev 7/20/2018 with a vehicle that meets the required specifications, including factory installed components. In the alternative,the purchaser shall decide whether they will accept dealer installed components. 3.16 VENDOR INSTALLED All vendor-installed accessories shall be installed according to the manufacturer's specifications. Examples include roll bar,trailer hitch,etc. All such accessories must be manufactured by an established manufacturer of the product provided.Vendor is required to disclose Make and Model of product being offered and the location,design, and model must be approved by the purchaser prior to installation. Dealer must also disclose the warranty of any item that is less than or exceeds factory vehicle factory warranty coverage. A vendor that employs a third party supplier or subcontracts technicians to install emergency equipment on vehicles purchased on this contract is required to utilize technicians that are certified in Law Enforcement Vehicle Installation through EVT Certification Commission, Inc. or an approved equivalent. The Administrator may at any time during the contract period request proof of the required certification. Any vendor that violates this provision will be considered in default of the contract. FSA may terminate the contract in accordance with Section 1.45 of this Invitation to Bid. 3.17 NON-SCHEDULED OPTIONS FSA attempts to include scheduled, factory and aftermarket options in the bid document. If a purchaser requests a non-scheduled option that is not included in the bid document,the vendor may provide this non- scheduled option.The purchaser has the opportunity to request the vendor's discount pricing for any non- scheduled options during the quote process.At no time should the non-scheduled option exceed MSRP or Published List Price. Non-scheduled options should be listed as a separate line item and noted on the purchase order to include the price.All non-scheduled options are covered under these terms and conditions. 3.18 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. 3.19 DELIVERY TIME Vendors shall specify the estimated delivery time in calendar days for each item. The purchaser should consult the vendor regarding vehicle production schedules. Delivery shall be within the normal working hours of the user, Monday through Friday,excluding holidays. FSA Cooperative Purchasing Program 2018-2019 Page 37 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Rev 7/20/2018 3.20 ORDER The vendor shall submit a copy of the purchase order to the FSA Cooperative Purchasing Program Coordinator within 14 days of receipt from the purchaser. Purchasers shall issue a purchase order to the vendor, which shall include the contract number, specification number, purchaser's federal identification number, name of point of contact and agency, phone number and email address. Required delivery or due dates should be discussed with the dealer at the time of the quote. It is important to note that vendors do not have ANY control over production delays in schedules from the manufacturer. While it is recommended that an agency purchase from the "zone"which is closest to their location, it is not mandatory to do so. If the purchaser determines that a Vendor in another zone can better serve the purchaser's needs,the purchaser may buy from a vendor in another zone.Vehicles purchased from vendors awarded in the Police, Administrative, Utility Vehicles, Trucks &Vans contract, outside an awarded zone may, upon mutual agreement between the vendor and the purchaser, charge an Out-of-Zone fee. The purchaser is required to forward an executed copy of the purchase order to the Florida Sheriffs Association Cooperative Purchasing Program Coordinator at the same time the purchase order is sent to the vendor. Emails or hard copies are acceptable. Emails can be sent to coop@flsheriffs.org. If a vendor receives a purchase order for a specification for which they were not awarded,the vendor must notify the purchaser and return the purchase order to the purchaser within three(3) business days. All vehicles ordered prior to manufacturer's close of production and in accordance with the contract shall be supplied in the manufacturer's next model run of that class vehicle even if it requires supplying a later model at the original bid prices. Vendor shall place the order with the manufacturer within 10 business days of receipt of the purchase order. The vendor shall assure that all orders are placed in full compliance with the specifications of the Contract and the purchase order. It is the vendor's responsibility to ensure that the vehicle ordered by the purchaser is fully compatible with all ordered options and that the vehicle complies with all applicable manufacturer and industry standards. The vendor's acceptance of a purchaser's order will indicate that the vendor agrees to deliver a vehicle that will be fully compatible with all of its options. Any changes that are required to bring a vehicle into compliance with the various options due to an incorrect order will be accomplished at the vendor's expense. A Confirmation of Order form shall be completed by the vendor and returned to the purchaser 14 calendar days from receipt of purchase order without notification by the purchaser.The Confirmation of Order form is included in Appendix C. Any additional information needed to complete this form should be obtained from the purchaser. The form may be modified to accommodate each purchaser as necessary. FSA Cooperative Purchasing Program 2018-2019 Page 38 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Rev 7/20/2018 3.21 VEHICLE DELIVERY At a minimum, pre-delivery service shall include the following: • Standard Dealer and Manufacturer protocol for new vehicle delivery; • Cleaning of vehicle, if necessary, and removal of all unnecessary tags, stickers, or papers (window price sticker or supplied line sheet shall remain); • Speedometer must be correct regardless of the tires provided by the vehicle manufacturer or axle ratio furnished; • Owner's manual and warranty manual to accompany each vehicle;and • MSRP list sheet (window sticker) MUST be in the vehicle when it is delivered to the purchaser. Vehicles that are missing this form,or have forms that have been altered will not be accepted. The vendor shall be responsible for delivering vehicles that are properly serviced, clean and in first class operating condition. Vendor shall complete delivery of the vehicle to the purchaser within fourteen(14)calendar days of receipt of the vehicle from the manufacturer or equipment supplier. This deadline shall not apply to vehicles originating as an incomplete chassis. Receipt of a vehicle by the vendor is defined as acceptance of the vehicle from a common carrier at the vendor's place of business or any third party's place of business. Deliveries of less than 350 miles may be accomplished by driving the vehicle.Any delivery accomplished by ' driving the vehicle must be supervised and the driver must comply with manufacturer's break-in requirements and all applicable traffic laws. Any delivery accomplished by driving a police rated vehicle must use an "OUT OF SERVICE"cover on light bars. All deliveries in excess of 350 miles shall be made by transport, or otherwise approved by the purchasing agency. However,this requirement shall not apply to incomplete chassis.The purchaser has the option to reject a vehicle with more than 350 odometer miles, or may deduct$0.51 cents per mile in excess of 350 miles from the invoice, unless distance above 350 miles was previously approved by the purchaser. This requirement also applies to redelivery of vehicles that were rejected upon initial delivery. All warranties shall begin at the time of delivery to the purchaser.The purchaser's warranty should not be active for incomplete vehicles or vehicles delivered to an upfitter before final delivery. Vendor shall notify the purchaser no less than twenty four (24) hours prior to delivery of the time and location, which shall reflect the mutually agreed upon delivery details. Transport deliveries must be unloaded and inspected by purchaser. Deliveries not complying with these requirements may be rejected and will have to be redelivered at vendor's expense. All vehicles must contain no less than 1/4 tank of fuel as indicated by the fuel gauge at the time of delivery. For vehicles and equipment that have more than thirty five(35)gallons of capacity,a minimum of ten(10) gallons of fuel must be provided. FSA Cooperative Purchasing Program 2018-2019 Page 39 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Rev 7/20/2018 3.22 INSPECTION AND ACCEPTANCE It is the responsibility of the purchaser to inspect a vehicle for any damages. Each purchaser shall make a good faith effort to inspect the vehicles or equipment before or at the time of delivery for acceptance. One (1) day is the suggested period for inspection. However, if reasonable accomodations for inspection cannot be made upon delivery,the purchaser may have up to three(3)days to inspect the vehicle or equipment for acceptance. Inspection and acceptance will be at the purchaser's destination unless otherwise previously agreed upon location was provided in the purchase order. It is the purchaser's responsibility to thoroughly inspect each vehicle prior to acceptance. Copies of the bid specifications and purchase order will be delivered with the vehicle. Purchasers are to inspect the vehicle and compare bid specifications, purchase order and manufacturer's window sticker or manufacturer's invoice to ensure vehicle meets or exceeds the requirements of the technical bid specifications and the submitted purchase order. Purchasers should inspect the vehicle for physical damage. Delivery of a vehicle to a purchaser does not constitute acceptance for the purpose of payment. Final acceptance and authorization of payment shall be given only after a thorough inspection indicates that the vehicle meets contract specifications and the requirements listed below. Should the delivered vehicle differ in any respect from specifications, payment can be withheld until such time as the vendor completes the necessary corrective action. Units shall be delivered with each of the following documents completed or included: 1. Copy of Customer's Purchase Order 2. Copy of the applicable Vehicle Specification 3. Copy of Manufacturer's Invoice or Window Sticker;Prices may be deleted from the manufacturer's invoice 4. Copy of Pre-Delivery Service Report 5. Warranty Certification 6. Owner's manual 7. If the vendor does not provide the tag and title,then the DHSMV 82040(Application for Certificate of Title and/or Vehicle Registration)which requires a signature of authorized representative. Deliveries that do not include the above forms and publications will be considered incomplete and can be refused. 3.23 VEHICLE TAGS AND TITLE Costs of tag and title shall not exceed the statutory rates. FSA administrative fee does not apply to tag and title work. FSA Cooperative Purchasing Program 2018-2019 Page 40 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Rev 7/20/2018 Title items shall be the responsibility of the vendor. If the purchaser is a government agency,the purchaser has the right to choose to register and title the vehicle. Reasonable administrative costs for obtaining temporary tags, tag transfers, and new tags are permitted and can be negotiated between the purchaser and the vendor. All additional costs associated with obtaining,filing and shipping of tags shall be disclosed clearly in the comments section below the applicable option. Administrative costs can include convenience fees, cost reimbursements for filing, obtaining or delivery of tags,or any costs over the original purchase price. 3.24 INVOICING AND PAYMENTS Invoicing and payments shall be the responsibility of the vendor and purchaser placing orders using this contract.Vendors must invoice each purchaser independently. A purchaser has three (3)working days to inspect and accept the vehicles or equipment.The vendor shall be paid upon submission of invoices to the Purchaser after satisfacory delivery and acceptance of the vehicles and/or equipment. The Local Government Prompt Payment Act will apply to ensure timely payment of Vendor invoices. The Local Government Prompt Payment Act is defined in Sections 218.70-218.79 of Florida Statutes. 3.25 WARRANTY REPAIRS AND SERVICE All warranties shall begin at time of delivery and final acceptance by the purchaser. Failure by any manufacturer's authorized representative to render proper warranty service or adjustments, including providing a copy of the warranty work order to the purchaser, may subject the vendor to suspension from the approved vendor listing until satisfactory evidence of correction is presented to the Administrator. 3.26 INADEQUATE SERVICE When vehciles and equipment require service or adjustments upon delivery,the vendor shall either remedy the defect, or be responsible for reimbursing the manufacturer's local authorized dealer or other service provider to remedy the defect.Such service or adjustments shall be initiated by the vendor within 48 hours after notification by a purchaser, not to include weekends and holidays. Delivery will not be considered complete until all services or adjustments are satisfactory and the vehicle or equipment is redelivered. The provisions of the delivery section shall remain in effect until the redelivery is accomplished.The cost of any transportation required shall be the responsibility of the vendor until the vehicles or equipment are satisfactory and accepted by the purchaser. 3.27 REPORTING: PURCHASE ORDERS &QUARTERLY REPORTS Purchase Orders The Vendor must submit copies of purchase orders upon receipt to the FSA. Purchase orders are considered late if not submitted fifteen (15)days after the date of the purchase order. FSA Cooperative Purchasing Program 2018-2019 Page 41 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Rev 7/20/2018 Vendors should scan a complete copy of the purchase order and attach it as a .pdf. Place the document title in the subject line of the e-mail and send purchase order copies to COOP@flsheriffs.org. The files should be named using the following examples: Examples: County=Florida County,County of PO 12345 ABC County BCC PO 12345.pdf City=Florida City,City of PO 12345 ABC City PO 12345.pdf Sheriff=Sheriff Office of PO 12345 ABC Sheriff PO 12345.pdf Education=Institution Name P012345 ABC County College PO 12345.pdf Quarterly Reports Quarterly reports are the contractual responsibility of each vendor.Quarterly Reports which do not adhere to the required format or are not complete of all purchase orders will be returned to the reporting vendor for correction of deficiencies. All quarterly reports are to be sent to REPORTS@flsheriffs.org. Quarterly Reports must be complete with the name of the dealer and the date. For example, "Spomot Motors, October 30, 2017" would be in the document header. Do not indicate the quarter on the top of the report. Purchase orders are not necessary for the quarterly report. An example of a Quarterly Report is in Appendix D. Quarterly Reports are due no later than the 15th day of the month following the end of the quarter. Quarterly reports should follow this schedule: Quarter 1: October 1—December 31 Q1 Report Due: January 15 Quarter 2: January 1—March 31 Q2 Report Due: April 15 Quarter 3: April 1—June 30 Q3 Report Due: July 15 Quarter 4: July 1—September 30 Q4 Report Due: October15 If a vendor has no sales within a quarter, the vendor is required to submit a quarterly report and must indicate"NO SALES THIS QUARTER"on the report. FSA reserves the right to modify the procedure for submitting Quarterly Reports during the term of the contract(including, by way of example, requiring electronic reporting). Such a change shall not materially modify the substance of the information to be reported, but may change the method by which future Quarterly Reports are to be submitted. In the event of such a change, FSA will provide written notice to all vendors of the method by which future Quarterly Reports are to be submitted. 3.28 ADMINISTRATIVE FEE The Florida Sheriffs Association charges three quarters of one percent (.0075) to procure, process and administer the Contract. FSA Cooperative Purchasing Program 2018-2019 Page 42 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Rev 7/20/2018 After receipt of payment from contract purchases,the vendor shall remit all administrative fees to the FSA no later than 15 days after the end of each quarter.All fees payable to the FSA during any given quarter will be accompanied and supported by a Quarterly Report. Dealers are to include the administrative fee of three quarters of one percent(.0075) in all base bid prices. The fee should be incorporated into the price at the time of bid submission This fee should also be included on all add options. The administrative fee will remain payable to FSA and no relief from payment Of the administrative fee,nor any additional charge to recoup the administrative fee,will be permitted if a dealer fails to incorporate the administrative fee in its bid pricing. It should never be listed as a separate line item on any purchase order. The administrative fee is based on the total purchase order amount of new vehicles or equipment. This fee excludes any value given to purchasers for trade-ins. Trade-ins, extended warranties and other exchanges will not reduce or impact the fee calculation. The administrative fees is the contractual responsibility of each awarded Vendor. By submission of the Quarterly Reports and admistrative fee, the vendor is certifying the accuracy of the reports and deposits.All reports and fee submissions shall be subject to audit by the FSA or their designee. All participating vendors will be responsible for making sure that the Administrator has the contact e-mail address for the person responsible for all Quarterly Reports.There will be no reminders for the Quarterly Reports or the administrative fee. Checks for the administrative fee can be sent to: Florida Sheriffs Association Cooperative Purchasing Program 2617 Mahan Drive Tallahassee, FL 32308 3.29 LIQUIDATED DAMAGES The bidder warrants that the product supplied to the FSA or purchaser shall conform in all respects to the standards set forth and the failure to comply with this condition will be considered as a breach of contract. Any liquidated damages levied because of inadequacies or failures to comply with these requirements shall be borne solely by the bidder responsible for same. Failure to submit the administrative fee with accompanying quarterly reports within 15 calendar days following the end of each quarter will result in the imposition of liquidated damages. Vendors failing to submit administrative fees and Quarterly Reports will incur liquidated damages in the amount of$25 for each 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 and Section 3.28, the prevailing party shall be entitled to its reasonable attorneys' fees and costs incurred in the litigation. Venue shall lie in the Circuit Court for the Second Judicial Circuit in and for Leon County, Florida. FSA Cooperative Purchasing Program 2018-2019 Page 43 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Rev 7/20/2018 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 days can result in disqualification for future solicitations. Schedule of Liquidated Damages Failure to submit quarterly report on time $25.00 per day Failure to report a Purchase Order to FSA within the $100.00 per Purchase Order 15 calendar days of the purchase order date Failure to Report Sales .0075 of the sales price plus 1.5%each month following the delivery date. Vendor agrees and acknowledges that its failure to take any of the actions specified in the above schedule will damage the FSA, but by their nature such damaes are difficult to ascertain. Accordingly, the above specified schedule of liquidated damages shall apply to this contract. Vendor agrees and acknowledges that these liquidated damages are not intended to be and do not constitute a penalty, but are instead intended solely to compensate the FSA for damages, and that these amounts are reasonably calculated to compensate the FSA for the damages that it will incur as a result of the vendor's failure to take the specified actions. FSA Cooperative Purchasing Program 2018-2019 Page 44 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Rev 7/20/2018 Appendix A 'FLORIDA.\ COOPERATIVE Florida Sheriffs Association Cooperative Purchasing Program Vendor Change Document Please complete this form to validate a requested change to Company Addresses,Contacts or Contact Information below. Include all sections where information has changed,old and new. FSA Contract Number(s)affected by change: Company Information Changes: Old Information New Information Old Company Name: New Company Name: Old Company Address: New Company Address: Old Company City: New Company City: Old Company State: New Company State: Old Company Zip: New Company Zip: Company Contact Changes: Old Contact Information New Contact information Old Contact Name(First,Last): New Contact Name(First,Last): Old Contact E-Mail: New Contact E-Mail: Old Contact Office Phone: New Contact Office Phone: Old Contact Mobile Phone: New Contact Mobile Phone: Old Contact Fax Phone: New Contact Fax Phone: This information is requested by an authorized representative of This request will take effect as soon as it is received by FSA by e-mailing to cpp@flsheriffs.org. Name of Authorized Company Representative Job Title Date of Request Authorized Company Representative Signature: FSA Office Use: Date Received: Change Effective: FSA Agent FSA Cooperative Purchasing Program 2018-2019 Page 45 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Rev 7/20/2018 Appendix B FSA CONTRACT ZONE MAP WESTERN si OMB Wald `+t, i i, ,,, a ! ........ .Allaslie N NORTIIIAN v.,111111111"1011 WESTERN NORTHERN -\ " BAY AI ACIUA C'A LI IOUN BAKER -1,,j- DIXIE 1� DIXA,�IBIA BRAMORI) r CIAI` +.� GAIISIIEN FRANKLIN C:CH.L9#161A ' F)C�'AL Gat � ,Gat I�IAC,LIiR HOLMES CII C CHRIST IACKSON HAMILTON CENTRAL 'M"' WIFE LEVY v LAFAYEITI_ MARION I EON NASSAU MOM %.s. a LIBERTY PUTNAM �. MADISON yr p011Ns OKAI_OOSA Sl'WANFI: SANTA ROSA ONION TAYLOR VtNUSIA �_.. WALTON .rs WAKULLA )uwsrc w0.. WASHINGTON WO Mad CENTRALSOUTHERN...NA.. IIROWARD ,,,,,quili =Ma P. CITRUS CHAR!urn,. SOU TIIERN DESOTO COLLIER HARDFF GI AI)IS ..,.e. �: HI:R1tiA!dUO HFNI1R1 , HIG SI3ORO LFI: 1 IIILLSBOROlGII MARTIN INDIAN RIVERLAKE MIAMI-IlAI)L N. o MANATEE MONROE ,,.0 c, OKEFCIIOREF PALM BEACH "'p U> ORANGE C- OSC COLA PASCO PINE POLK ST IUCH' SARASOTA SI'.SIINOI I SUMTFR FSA Cooperative Purchasing Program 2018-2019 Page 46 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Rev 7/20/2018 Appendix C FLORIDA CONFIRMATION OF ORDER FORM SKIMS AMOR*. COOPERATIVE Police Rated,Administrative,Utility Vehicles Trucks and Vans jBid#FSAXX-XXXX Vendors are to complete and return this confirmation of order form by email,fax or mail to the agency location listed below within fourteen(14)calendar days after receipt of purchase order. Vendor: Vendor: Address: ._ City: State: Zip: Contact Person: Phone Number: Fax: Specification No. Type Vehicle/Equipment: Purchase Order Number: Purchase Order Received: Order Was Placed With the Manufacturer on: Under Production Number: Estimated Date of Delivery: Comments: AGENCY* Contact Person: Address:City: Phone Number: ______..__________.__.______.___. State: Zip: E-mail: Fax: FSA Cooperative Purchasing Program 2018-2019 Page 47 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Rev 7/20/2018 Appendix D [INSERT DEALERSHIP NAME HERE] QUARTERLY REPORT for BID#FSA18-VEH16 0 Effective Dates Oct 1,2018 thru September 30 2019 Cab and Chassis Trucks and Heavy Equipment A B C C E F G H I may . 2Total PO Date Fee 3 Name of Purchasing Agency PO 1P Qty. Spec./ Vehicle Type PO Date Amount Admin.Fee Paid 4 $ - 5 S • 6 S 7 S - 8 $ - 9 S - 10 S - 11 S - 12 S - 13 S - 14 S 15 S - 16 S - 17 $ - 18 S - 19 S • 20 S . 21 S - 22 S 23 S - 24 S • 25 S 26 S - 27 S • 28 S - 29 S - 30 S - 31 S - 32 S - 33 Page Total S - S - Fees and reports are due no tater than the 15th of the month following the quarter end 1 FSA Cooperative Purchasing Program 2018-2019 Page 48 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Rev7/20/2018 Appendix E Bid Calendar FLORIDA \ FSA18-VEL26.0 Police Rated,Administrative,Utility Vehicles,Trucks&Vans FSA18-VEH16.0 Cab&Chassis Trucks&Heavy Equipment COOPERATIVE Contract Period:October 1,2018—September 30,2019 CALENDAR ITEM START DATE END DATE I Bid Announcement 5/7/18 5/7/18 Mandatory Pre-Bid Meeting for Contract FSA18-VE126.0 7/10/18 7/10/18 Mandatory Pre-Bid Meeting for Contract FSA18-VEH16.0 7/11/18 7/11/18 Request for Clarifications Due 7/19/18 Electronic Bid(VeBA) 7/24/18 8/20/18 Mandatory Qualifying Documents Submission 8/3/18 Option Upload Due- Contract FSA18-VEL26.0 Only 8/6/18 USB Bid Submission 5:00 PM EST-Contract FSA18-VEL26.0 Only 8/24/18 USB Bid Submission 12:00 PM EST-Contract FSA18-VEH16.0 Only-Extended 8/29/18 Public Bid Opening 8/27/18 Fleet Advisory Committee Bid Review 8/28/18 8/31/18 Intent to Award Posted 9/10/18 Bid Awarded 10/1/18 Pre-Bid Meeting Location: Falkenberg Road Jail Assembly Room 520 North Faulkenberg Road Tampa,FL 33613 Vet,* 8/27/1e FSA Cooperative Purchasing Program 2018-2019 Page 49 CERTIFICATION OF CONTRACT TITLE. Agrictlture and Lawn Equipment CONTRACT NO.: 21100000-15-? SOLICITATION NO. 20-21100000-C EFFECTIVE: September 1. 2015-June 30, 2017 Revised: CONTRACTOR(S): 1. Mens Company-Gravely 2. Clark Equipment Company dba. Bobcat Company 3. CNH Industrial America LLC. -New Holland Brand 4. Deere&Company 5. Excel Industries, Inc.dbe Hustler Turf 6. Federal Contracts Corp 7. Flagler Construction Equipment. LLC 8. Florida Coast Equipment Inc 9. Florida Outdoor Equipment, Inc 10, Glade&Grove Supply Co . LLC 11.Kelly Tractor Co. 12. Moridge Manufacturing, Inc. dba Grasshopper Mowers 13.Ring Power Corp_ 14. Roberts Supply, Inc. 15. Robinson Outdoors, Inc 16, Sarasota Fun Machines. Inc. 17.Sorb Power Mowers. Inc. 18.Venture Products, Inc. 19.Wesco Turf, inc. A. AUTHORITY-Upon affirmative action taken by the State of Florida, Department of Management Services, a Contract has been executed between the State of Florida and the above designated Contractors. The Certification of Contract is not a contract,but is used when a large number of contractors are covered under the same contract It allows the Department to display a single version of the contract and lists the contractors Included under that agreement B. EFFECT-The Contract was entered into to provide economies in the purchase of agriculture and lawn equipment by all State of Florida agencies and institutions_. Therefore, in compliance with Section 287.042. Florida Statutes.all purchases of these commodities shall be made under the prices.terms and conditions of the Contract and with the Contractors specified. C. ORDERING INSTRUCTIONS-All purchase orders shall be issued in accordance with the attached ordering instructions. Products or services ordered shall not exceed the prices indicated. All Contract purchase orders shall show the State Purchasing Contract number, product number, quantity, description of item,with unit prices extended and purchase order totaled. (This requirement may be waived when purchase is made by a blanket purchase order.) D. CONTRACTOR PERFORMANCE-Agencies shall report any vendor failure to perform according to the requirements of this Contract on Complaint to Vendor,form PUR7017. Should the vendor fail to correct the problem within a prescribed period of time, then form PUR7029, Request for Assistance, is to be filed with this office. E. SPECIAL AND GENERAL CONDITIONS-Special and general conditions are enclosed for yo r information. Any restrictions accepted from the supplier are noted on the •rderi' • inst ,ns. 47 �1' 1)3 Rosalyn I •ra i I (bate) Director o Stet! Purchasing Chief Procurem-nt Officer ITB 20-21100000-C Agriculture and Lawn Equipment 2 I Page Contract No.: 21100000-15-1 STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES AGRICULTURE AND LAWN EQUIPMENT THIS CONTRACT is entered into between the State of Florida, DEPARTMENT OF MANAGEMENT SERVICES, hereinafter referred to as the "Department", whose address is 4050 Esplanade Way, Tallahassee, Florida 32329, and , hereinafter referred to as the " Contractor", whose address is THE PARTIES HEREBY AGREE: A. The solicitation (ITB NO 20-21100000-C) and the Contractor's bid, and attachments are hereby incorporated by reference. B. General Provisions: 1. Contract Formation: The Contractor shall provide goods and services according to the terms and conditions set forth in this Contract, the Solicitation, and all other attachments named herein which are attached hereto and incorporated by reference. 2. Vendor: To perform as an independent vendor and not as an agent, representative, or employee of the Department. 3. Taxes: To recognize that the State of Florida, by virtue of its sovereignty, is not required to pay any taxes on the services or goods purchased under the terms of this Contract. 4. Applicable Law, Severability, and Venue: The contract resulting from this solicitation shall be delivered in the State of Florida and shall be construed in accordance with the laws of Florida. Wherever possible, each provision of the resulting contract shall be interpreted in such a manner as to be effective and valid under applicable law, but if any provision shall be found ineffective, then to the extent of such prohibition or invalidity, that provision shall be severed without invalidating the remainder of such provision or the remaining provisions of the resulting contract. Any action hereon or in connection herewith shall be brought in Circuit Court, Leon County, Florida. 5. Contract Term: This Contract shall begin upon execution by both parties or September 1, 2015, (whichever is later) and end June 30, 2017, inclusive. 6. Renewal: Upon mutual agreement, the Department and the Contractor may renew the Contract, in whole or in part, for a period that may not exceed 3 years or the term of the contract, whichever period is longer. Any renewal shall specify the renewal price, as set forth in the bid, response, reply, or best and final offer. The renewal must be in writing and signed by both parties, and is contingent upon satisfactory performance evaluations and subject to availability of funds. 7. Contract Amount: The agreed Contract amount is set forth in Attachments A.1- A.5, Price Sheet Groups 1 -21. The State of Florida's performance and obligation ITB 20-21100000-C Agriculture and Lawn Equipment 3 I Page to pay under this Contract is contingent upon an annual appropriation by the Legislature. 8. Notices: All notices required under the Contract shall be delivered by certified mail, return receipt requested, by reputable air courier service, or by personal delivery to the Department designee identified in the original solicitation or Contract, or as otherwise identified by the Department. Notices to the Contractor shall be delivered to the person who signs the Contract. Either designated recipient may notify the other, in writing, if someone else is designated to receive notice. C. Applicable Laws and Regulations: The Contractor shall comply with all laws, rules, codes, ordinances, and licensing requirements that are applicable to the conduct of its business, including those of Federal, State, and local agencies having jurisdiction and authority. For example, chapter 287, Florida Statutes (F.S.), and rule 60A, Florida Administrative Code (F.A.C.), govern the Contract. The Contractor shall comply with Section 274 A of the Immigration and Nationality Act, the Americans with Disabilities Act, and all prohibitions against discrimination on the basis of race, religion, sex, creed, national origin, handicap, marital status, or veteran's status. Violation of any laws, rules, codes, ordinances, or licensing requirements shall be grounds for Contract termination or nonrenewal of the Contract. D. Audits/Monitoring: 1. The Department may conduct, or have conducted, performance and/or compliance reviews, reviews of specific records or other data as determined by the Department. The Department may conduct a review of a sample for analyses performed by the selected Contractor to verify the quality. Reasonable notice shall be provided for reviews conducted at the successful Contractor's place of business. 2. Reviews may include, but shall not be limited to, reviews of procedures, computer systems, Customer records, accounting records, and internal quality control reviews. The selected Contractor shall work with any reviewing entity selected by the Department. E. Inspection of Records and Work Performed: 1. The state and its authorized representatives shall, at all reasonable times, have the right to enter the selected Contractor's premises, or other places where duties under the resulting contract are performed. All inspections and evaluations shall be performed in such a manner as not to unduly delay work. 2. The selected Contractor shall retain all financial records, supporting documents, statistical records, and any other documents (including electronic storage media) pertinent to performance under the resulting contract for a period of five (5)years after termination of the resulting contract, or if an audit has been initiated and audit findings have not been resolved at the end of five (5)years, the records shall be retained until resolution of the audit findings. If records need to be sent to the Department, the Contractor shall bear the expense of delivery. ITB 20-21100000-C Agriculture and Lawn Equipment 4 I Page 3. Refusal by the selected vendor to allow access to all records, documents, papers, letters, other materials or on-site activities related to resulting contract performance shall constitute a breach of the contract. The right of the state and its authorized representatives to perform inspections shall continue for as long as the selected vendor is required to maintain records. The selected Contractor will be responsible for all storage fees associated with the records maintained under the resulting contract. The selected Contractor is also responsible for the shredding of records that meet the retention schedule noted above. 4. Failure to retain records as required may result in cancellation of the contract. The Department shall give the selected vendor advance notice of cancellation pursuant to this provision and shall pay the selected vendor only those amounts that are earned prior to the date of cancellation in accordance with the terms and conditions of the resulting contract. Performance by the Department of any of its obligations under a contract awarded pursuant to this solicitation shall be subject to the selected vendor's compliance with this provision. F. Indemnification: 1. The Contractor shall be fully liable for the actions of its agents, employees, partners, or subcontractors and shall fully indemnify, defend, and hold harmless the State, the Department, and Customers, and their officers, agents, and employees, from suits, actions, damages, and costs of every name and description, including attorneys' 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 Contractor, its agents, employees, partners, or subcontractors, provided, however, that the Contractor shall not indemnify for that portion of any loss or damages proximately caused by the negligent act or omission of the State, the Department, or a Customer. 2. Further, the Contractor shall fully indemnify, defend, and hold harmless the State, the Department, and Customers from any suits, actions, damages, and costs of every name and description, including attorneys' fees, arising from or relating to violation or infringement of a trademark, copyright, patent, trade secret or intellectual property right, provided, however, that the foregoing obligation shall not apply to a Customer's misuse or modification of Contractor's products or a Customer's operation or use of Contractor's products in a manner not contemplated by the Contract or the purchase order. If any product is the subject of an infringement suit or in the Contractor's opinion is likely to become the subject of such a suit, the Contractor may at its sole expense procure for the Department and Customer the right to continue using the product or to modify it to become non- infringing. If the Contractor is not reasonably able to modify or otherwise secure the Customer and Department the right to continue using the product, the Contractor shall remove the product and refund the Customer and Department the amounts paid in excess of a reasonable rental for past use. The Department and Customer shall not be liable for any royalties. 3. The Contractor's obligations under the preceding two paragraphs with respect to any legal action are contingent upon the Department or State or Customer giving the Contractor: (1)written notice of any action or threatened action; (2)the opportunity to take over and settle or defend any such action at Contractor's sole ITB 20-21100000-C Agriculture and Lawn Equipment 5 I Page expense; and (3) assistance in defending the action at Contractor's sole expense. The Contractor shall not be liable for any cost, expense, or compromise incurred or made by the Department or State or Customer in any legal action without the Contractor's prior written consent, which shall not be unreasonably withheld. G. Risk of Loss: Matters of inspection and acceptance are addressed in s. 215.422, F.S.. Until acceptance, risk of loss or damage shall remain with the Contractor. The Contractor shall be responsible for filing, processing, and collecting all damage claims. To assist the Contractor with damage claims, the Customer shall: record any evidence of visible damage on all copies of the delivering carrier's Bill of Lading; report damages to the carrier and the Contractor; and provide the Contractor with a copy of the carrier's Bill of Lading and damage inspection report. When a Customer or the Department reject a product or services, Contractor shall remove the product from the premises within ten days after notification or rejection and the risk of loss shall remain with the Contractor. Product not removed by the Contractor within ten days shall be deemed abandoned by the Contractor, and the Customer or the Department shall have the right to dispose of it as its own property. Contractor shall reimburse the Customer or the Department for costs and expenses incurred in storing or effecting removal or disposition of rejected product. H. Assignments: The Contractor shall not sell, assign or transfer any of its rights, duties or obligations under the Contract, or under any purchase order issued pursuant to the Contract, without the prior written consent of the Department. In the event of any assignment, the Contractor remains secondarily liable for performance of the Contract, unless the Department expressly waives such secondary liability. The Department may assign the Contract with prior written notice to Contractor of its intent to do so. I. Return of Funds Contractor will return to the Department any overpayments due to unearned funds or funds disallowed pursuant to the terms of this Contract that were disbursed to the Contractor by the Department or Customer. The Contractor shall return any overpayment to the Department within forty (40) calendar days after either discovery by the Contractor its independent auditor, or notification by the Department, of the overpayment. J. State Project Plan: Within thirty (30) calendar days following award of the Contract, the successful Contractor shall submit a plan addressing each of the five (5) objectives listed below, to the extent applicable to the services covered by this Contract. The State reserves the right to negotiate mutually acceptable changes in regard to the below objectives, prior to execution of the resulting contract. 1. Environmental Considerations: The State supports and encourages initiatives to protect and preserve our environment. The respondent shall submit a plan to support the procurement of products and materials with recycled content, and the intent of s. 287.045, F.S.. The Contractor shall also provide a plan for reducing ITB 20-21100000-C Agriculture and Lawn Equipment 6 I Page and/or handling of any hazardous waste generated by the Contractor's company. Reference Rule 62-730.160, F.A.C.. It is a requirement of the Florida Department of Environmental Protection that a generator of hazardous waste materials that exceeds a certain threshold must have a valid and current Hazardous Waste Generator Identification Number. This identification number shall be submitted as part of the Contractor's explanation of its company's hazardous waste plan and shall explain in detail its handling and disposal of waste. 2. Products Available from the Blind or Other Handicapped (RESPECT): The State supports and encourages the gainful employment of citizens with disabilities. It is expressly understood and agreed that any articles that are the subject of, or required to carry out, the resulting contract shall be purchased from a nonprofit agency for the blind or for the severely handicapped that is qualified pursuant to Chapter 413, Florida Statutes, in the same manner and under the same procedures set forth in Section 413.036(1) and (2), Florida Statutes; and for purposes of this contract the person, firm or other business entity carrying out the provisions of this contract shall be deemed to be substituted for the state agency insofar as dealings with such qualified nonprofit agency are concerned. Additional information about the designated nonprofit agency and the products it offers is available at http://www.respectofflorida.orq. 3. Prison Rehabilitative Industries and Diversified Enterprises, Inc. (PRIDE): The State supports and encourages the use of Florida Correctional work programs. It is expressly understood and agreed that any articles which are the subject of, or required to carry out, the resulting contract shall be purchased from the corporation identified under Chapter 946, Florida Statutes, in the same manner and under the same procedures set forth in s. 946.515(2) and (4), F.S.; and for purposes of this contract the person, firm or other business entity carrying out the provisions of this contract shall be deemed to be substituted for this agency insofar as dealings with such corporation are concerned. Additional information about PRIDE and the products it offers is available at http://www.pride-enterprises.org/. K. Civil Rights RequirementsNendor Assurance The Contractor assures that it will comply with: 1. Title VII of the Civil Rights Act of 1964, as amended, 42 U.S.C. 2000d et seq., which prohibits discrimination on the basis of race, color, or national origin. 2. Section 504 of the Rehabilitation Act of 1973, as amended, 29 U.S.C. 794, which prohibits discrimination on the basis of handicap. 3. Title IX of the Education Amendments of 1972, as amended, 20 U.S.C. 1681 et seq., which prohibits discrimination on the basis of sex. ITB 20-21100000-C Agriculture and Lawn Equipment 7 I Page 4. The Age Discrimination Act of 1975, as amended, 42 U.S.C. 6101 et seq., which prohibits discrimination on the basis of age. 5. Section 654 of the Omnibus Budget Reconciliation Act of 1981, as amended, 42 U.S.C. 9849, which prohibits discrimination on the basis of race, creed, color, national origin, sex, handicap, political affiliation or beliefs. 6. The Americans with Disabilities Act of 1990, P.L. 101-336, which prohibits discrimination on the basis of disability and requires reasonable accommodation for persons with disabilities. 7. All regulations, guidelines, and standards as are now or may be lawfully adopted under the above statutes. The Contractor agrees that compliance with this assurance constitutes a condition of continued receipt of or benefit from funds provided through this Contract, and that it is binding upon the Contractor, its successors, transferees, and assignees for the period during which services are provided. The Contractor further assures that all contractors, subcontractors, sub grantees, or others with whom it arranges to provide services or benefits to participants or employees in connection with any of its programs and activities are not discriminating against those participants or employees in violation of the above statutes, regulations, guidelines, and standards. L. Media 1. Advertising: Subject to chapter 119, Florida Statutes, the Contractor shall not publicly disseminate any information concerning the Contract without prior written approval from the Department, including, but not limited to mentioning the Contract in a press release or other promotional material, identifying the Customer, the Department or the State as a reference, or otherwise linking the Contractor's name and either a description of the Contract or the name of the State or the Department or the Customer in any material published, either in print or electronically, to any entity that is not a party to Contract, except potential or actual authorized distributors, dealers, resellers, or service representative. 2. Literature: Upon request, the Contractor shall furnish literature reasonably related to the product offered, for example, user manuals, price schedules, catalogs, descriptive brochures, etc. M. Employment 1. Florida Substitute Form W-9 Process: State of Florida vendors must register and complete an electronic Substitute Form W-9. The Internal Revenue Service (IRS) receives and validates the information vendors provide on the Form W-9. For instructions on how to complete the Florida Substitute Form W-9, please visit: http://www.mvfloridacfo.com/Division/AA/StateAgencies/W-9l nstructions022212.pdf 2. E-Verify: Pursuant to State of Florida Executive Order Number 11-116, the Contractor is required to utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the Contractor during the Contract term. Also, Contractor shall include in related subcontracts a requirement that ITB 20-21100000-C Agriculture and Lawn Equipment 8 I Page subcontractors performing work or providing services pursuant to the Contract utilize the E-Verify system to verify employment eligibility of all new employees hired by the subcontractor during the Contract term. 3. Safety Standards: All manufactured items and fabricated assemblies subject to operation under pressure, operation by connection to an electric source, or operation involving connection to a manufactured, natural, or LP gas source shall be constructed and approved in a manner acceptable to the appropriate State inspector. Acceptability customarily requires, at a minimum, identification marking of the appropriate safety standard organization, where such approvals of listings have been established for the type of device offered and furnished, for example: the American Society of Mechanical Engineers for pressure vessels; the Underwriters Laboratories and/or National Electrical Manufacturers' Association for electrically operated assemblies; and the American Gas Association for gas-operated assemblies. In addition, all items furnished shall meet all applicable requirements of the Occupational Safety and Health Act and state and federal requirements relating to clean air and water pollution. N. Vendor Performance 1. Performance Qualifications: a. The Department reserves the right to investigate or inspect at any time whether the product, qualifications, or facilities offered by Contractor meet the Contract requirements. Contractor shall at all times during the contract term remain responsive and responsible. In determining Contractor's responsibility as a vendor, the Department shall consider all information or evidence which is gathered or comes to the attention of the Department which demonstrates the Contractor's capability to fully satisfy the requirements of the solicitation and the contract. b. Contractor must be prepared, if requested by the Department, to present evidence of experience, ability, and financial standing, as well as a statement as to plant, machinery, and capacity of the Contractor for the production, distribution, and servicing of the product to be furnished. If the Department determines that the conditions of the solicitation documents are not complied with, or that the product to be furnished does not meet the specified requirements, or that the qualifications, financial standing, or facilities are not satisfactory, or that performance is untimely, the Department may terminate the contract. 2. Default: When a Contractor is failing to fulfill its duties specified in any contract with the Department, or when a Department becomes aware that the Contractor has failed to remain qualified to perform the contract requirements, the Department may take the following actions: a. The Department will provide written notice to the vendor which identifies the nature of the failure and the necessary corrective action by the Contractor, which must be completed in no more than ten (10) business ITB 20-21100000-C Agriculture and Lawn Equipment 9 I Page days, unless the Department determines a different time span based on the Departments sole discretion and in the best interests of the State. The notice will also state that should the Contractor fail to perform within the time provided, the Contractor will be found in default. b. Unless the Contractor corrects the failure within the time provided, or unless the Department determines that the vendor's failure is legally excusable, the Department shall find the vendor in default and shall issue a second notice stating: (i)the reasons the Contractor is considered in default; (ii) that the Department will reprocure or has reprocured the commodities or services; and (iii) and the amount of the reprocurement costs if known. c. A Contractor found in default will not be eligible for award of a contract by the State until such time as the Department is reimbursed by the Contractor for all reprocurement costs. Reprocurement costs may include both administrative costs and cost or price increases incurred or to be incurred as a result of the reprocurement, as well as all legal costs encumbered by the State. At the Department's discretion, reprocurement of substitute commodities or contractual services may be accomplished by first attempting to contract with the next eligible awardee under the original solicitation, when applicable. If the Department fails to contract with the next eligible awardee, it may continue in this manner sequentially through all eligible awardees until a vendor willing to perform at acceptable pricing under the solicitation's terms and conditions is found. Alternatively, the Department may elect to reprocure the commodity or contractual service pursuant to all applicable requirements of chapter 287, F.S. d. Until such time as it reimburses the Department for all reprocurement costs and the Department is satisfied that further instances of default will not occur, a Contractor found in default shall not be eligible for award of a contract by the Department. To satisfy the Department that further instances will not occur, the Contractor shall provide a written corrective action plan addressing the default. e. The foregoing provisions do not limit, waive or exclude the State's legal or equitable remedies against a defaulting Contractor. 3. Dispute Resolution: Any dispute concerning performance of the Contract shall be decided by the Department's designated contract manager, who shall reduce the decision to writing and serve a copy on the Contractor. The exclusive venue of any legal or equitable action that arises out of or relates to the Contract shall be the appropriate Circuit Court in Leon County, Florida; in any such action, Florida law shall apply and the parties waive any right to jury trial. 0. Termination • ITB 20-21100000-C Agriculture and Lawn Equipment 10 I Page 1. Termination for Convenience: The Department, by written notice to the Contractor, may terminate the Contract in whole or in part when the Department determines in its sole discretion that it is in the State's interest to do so. The Contractor shall not furnish any product or service after it receives the notice of termination, except as necessary to complete the continued portion of the Contract, if any. The Contractor shall not be entitled to recover any cancellation charges or lost profits. 2. Termination Due To Lack of Funds a. In the event funds to finance this Contract become unavailable, the Department may terminate the Contract upon no less than twenty-four (24) hours written notice to the Vendor. Said notice shall be delivered by certified mail, return receipt requested, or in person with proof of delivery. The Department shall be the final authority as to the availability of funds. b. The State's performance and obligation to pay under this contract are contingent upon an annual appropriation by the Legislature. 3. Suspension of Work: The Department may, in its sole discretion, suspend any or all activities under the Contract or purchase order at any time when in the best interests of the State to do so. The Department shall provide the Contractor written notice outlining the particulars of suspension. Examples of the reason for suspension include, but are not limited to, budgetary constraints, declaration of emergency, or other such circumstances. After receiving a suspension notice, the Contractor shall comply with the notice. Within ninety days, or any longer period agreed to by the Contractor, the Department shall either: (1) issue a notice authorizing resumption of work, at which time activity shall resume; or(2) terminate the Contract or purchase order. Suspension of work shall not entitle the Contractor to any additional compensation. 4. Termination for Breach: a. The Department may terminate the Contract if the Contractor fails to: (1) deliver the product within the time specified in the Contract or any extension; (2) maintain adequate progress, thus endangering performance of the Contract; (3) honor any term of the Contract; or(4) abide by any statutory, regulatory, or licensing requirement. Rule 60A- 1.006(3), F.A.C., governs the procedure and consequences of default. The Contractor shall continue work on any work not terminated. If, after termination, it is determined that the Contractor was not in default, or that the default was excusable, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of the Department. The rights and remedies of the Department in this clause are in addition to any other rights and remedies provided by law or under the Contract. ITB 20-21100000-C Agriculture and Lawn Equipment 11 I Page b. Unless the Contractor's breach is waived by the Department in writing, the Department may, by written notice to the Contractor, terminate this Contract upon no less than twenty-four(24) hours written notice. Said notice shall be delivered by certified mail, return receipt requested, or in person with proof of delivery. If applicable, the Department may, at its sole discretion employ the default provisions in rule 60A-1.006(4), F.A.C. c. Waiver of breach of any provisions of this Contract shall not be deemed to be a waiver of any other breach and shall not be construed to be a modification of the terms of this Contract. The provisions herein do not limit the Department's right to remedies at law or to damages. d. Pursuant to subsection 287.135(3)(b), Florida Statutes, Department may immediately terminate any contract for cause if the Contractor is found to have submitted a false certification under subsection 287.135(5), Florida Statutes, or if Contractor is placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List during the term of the Contract. P. Contract Managers 1. The Department's Contract Manager's name, address and telephone number for this Contract is as follows: Stephanie Wyland Department of Management Services 4050 Esplanade Way, Tallahassee, FL 32399 850-410-2426 2. The Vendor's Contract Manager's name, address and telephone number for this Contract is as follows: Enter Contract Manager's Name Enter Vendor Name Enter Street Address Q. Renegotiation or Modification The Contract contains all the terms and conditions agreed upon by the parties, which terms and conditions shall govern all transactions between the Department and the Contractor. The Contract may only be modified or amended upon mutual written agreement of the Department and the Contractor. No oral agreements or representations shall be valid or binding upon the Department or the Contractor. No alteration or modification of the Contract terms, including substitution of product, shall be valid or binding against the department. The Contractor may not unilaterally modify the terms of the Contract by affixing additional terms to product upon delivery (e.g., attachment or inclusion of standard ITB 20-21100000-C Agriculture and Lawn Equipment 12 I Page preprinted forms, product literature, "shrink wrap" terms accompanying or affixed to a product, whether written or electronic) or by incorporating such terms onto the Contractor's order or fiscal forms or other documents forwarded by the Contractor for payment. The Department's acceptance of product or processing of documentation on forms furnished by the Contractor for approval or payment shall not constitute acceptance of the proposed modification to terms and conditions. R. Name, Mailing and Street Address of Payee 1. The name (Vendor name as shown on Page 1 of this Contract) and mailing address of the official payee to whom the payment shall be made: Enter Vendor Name Enter PO Box or Street Address 2. The name of the contact person and street address where financial and administrative records are maintained: Enter Contact Person's Name Enter Vendor Name Enter PO Box or Street Address , S. All Terms and Conditions This Contract, the solicitation, and its attachments as referenced herein contain all the terms and conditions agreed upon by the parties. List of attachments included as part of this Contract: Type Number Description Attachment I ITN/RFP/ITB 20-21100000-C and Addenda Attachment II Completed Attachment A, Price Sheet Attachment III Solicitation Attachments C, D, E, F, J Attachment IV PUR 1000 IN WITNESS THEREOF, the parties hereto have caused this Contract, which includes any referenced attachments, to be executed by their undersigned officials as duly authorized. This Contract is not valid until signed and dated by both parties. VENDOR: STATE OF FLORIDA, DEPARTMENT OF MANAGEMENT SERVICES SIGNED BY: SIGNED BY: NAME: NAME: TITLE: TITLE: DATE: DATE: ITB 20-21100000-C Agriculture and Lawn Equipment 13 I Page FLORIDA DEPARTMENT OF MANAGEMENT SERVICES state1.. .. _„, purchasing We serve those who serve Florida The State of Florida Department of Management Services INVITATION TO BID ITB No: 20-21100000-C AGRICULTURE & LAWN EQUIPMENT ITB 20-21100000-C Agriculture and Lawn Equipment 14 I Page TABLE OF CONTENTS Section 1 Introduction 18 1.1 Bid 18 1.2 Solicitation Objective 18 1.3 Definitions 18 1.4 Term 20 1.5 Contract Formation 20 1.6 Timeline of Events 20 1.7 Order of Precedence for Solicitation 20 1.8 Procurement Officer 21 1.9 Limitation on Contact with Government Personnel 21 1.10 Special Accommodations 21 1.11 Lobbying Disclosure 21 1.12 ITB Process 22 1.12.1 Question Submission 22 1.12.2 Solicitation Addenda 22 1.12.3 Protest of Terms, Conditions, and Specifications 22 1.12.4 Public Opening 23 1.12.5 Electronic Posting of Notice of Intended Award 23 1.12.6 Protest of Notice of Intended Award 23 1.12.7 Firm Response 23 1.12.8 Modification or Withdrawal of Bid 23 1.12.9 Cost of Response Preparation & Independent Preparation 23 1.12.10 Taxes 23 1.12.11 Disclosure of Bid Contents 24 1.13 Contract Formation 24 Section 2 Instructions to Bidders 25 2.1 General Instructions 25 2.2 Special Instructions 25 2.2.1 MFMP Registration 25 MyFloridaMarketPlace Vendor Registration 25 2.2.2 How to Submit a Bid 25 2.2.3 Sourcing Tips and Training 25 2.2.4 Who May Respond 26 2.2.5 Manufacturer's Name and Approved Equivalents 26 2.2.6 Mandatory Requirements or Conditions 27 2.2.7 Bidder Qualification Questions 27 2.3 Contents of Bid 28 2.3.1 Part 1 —Company Information 28 2.3.2 Part 2— Relevant Past Performance 28 2.3.3 Part 3— Price Sheet Submission (Attachment A) 28 2.3.4 Part 4—Other information 29 2.4 Alternate Responses 29 2.5 Full-Service Repair Facilities 29 2.6 Supporting Documents 30 2.7 Evaluation Criteria 30 2.8 Basis of Award 30 2.9 Preference to Florida Vendors 31 ITB 20-21100000-C Agriculture and Lawn Equipment 15 I Page 2.10 Tie Bids 31 2.11 Rejection of Bids 31 2.12 Minor Irregularities/Right to Reject 31 2.13 Redacted Submissions 31 2.14 Additional Information 32 Section 3 Description of Scope 33 3.1 Scope 33 3.2 Commodity Specifications and Standards 34 3.3 Federal and State Standards 34 3.4 Testing 35 3.5 Warranty 35 3.6 Commodities Recall 35 3.7 Commodity Compliance and Compatibility 36 3.8 Commodities Title and Registration 36 3.9 Transportation and Delivery 37 3.10 Acknowledgement of Order(Attachment I) 38 3.11 Acceptance 39 3.12 Installation 40 Section 4 Contract Conditions 41 4.1 General Contract Requirements 41 4.2 Special Contract Requirements 41 4.3 Pricing 41 4.4 Financial Consequences for Nonperformance 41 4.5 Contract Overlap 41 4.6 Commodity, Group, and Manufacturer or Brand Name Additions and Deletions 41 4.7 Price Adjustment 42 4.8 Ceiling Prices 43 4.9 Compliance with Laws, Rules, Codes, Ordinances, and Licensing Requirements 43 4.10 Insurance Requirements 43 4.11 Notice of Legal Actions 44 4.12 Records Retention 44 4.13 Public Records 44 4.13.1 Access to Public Records 44 4.13.2 Protection of Trade Secrets or Other Confidential Information 45 4.13.3 Retention of Records 45 4.14 Annual Appropriations 45 4.15 Renewal 45 4.16 Cancellation 45 4.17 Intellectual Property 46 4.18 Gifts 46 4.19 Vendor Ombudsman 46 4.20 Monitoring by the Department 46 4.21 Scrutinized Company List 46 4.22 Business Review Meetings 46 4.23 E-Verify 46 4.24 Subcontracting 47 4.25 Performance Qualifications 47 4.26 MyFloridaMarketPlace Transaction Fee 47 4.27 Contract Reporting 48 4.27.1 Contract Quarterly Sales Report (Contract Deliverable) 48 ITB 20-21100000-C Agriculture and Lawn Equipment 16 I Page 4.27.2 Savings / Price Reductions (Attachment E) 48 4.27.3 Transaction Fee Reports 48 4.27.4 Diversity Reporting 48 4.27.5 Preferred Pricing Affidavit Requirement 49 4.28 Contract Termination 49 4.29 Force Majeure 49 4.30 Additional Provisions 50 4.31 Alternate Responses 50 Section 5 Attachments 51 Attachment A Price Sheet (section 2.3.3) 51 Attachment B Quarterly Sales Report (section 4.28.1) 51 Attachment C State of Florida Drug-Free Workplace Certification (section 2.3.4.3) 51 Attachment D Preferred Pricing Affidavit (section 2.3.4.4) 51 Attachment E Savings/Price Reduction Form (section 2.3.4.5) 51 Attachment F Vendor Information Form (section 2.3.1) 51 Attachment G Timeline (section 1.6) 51 Attachment H Sample Price Update Form (section 4.7) 51 Attachment I Acknowledgement of Order Form (section 3.10) 51 Attachment J MSRP Certification (section 2.6) 51 ITB 20-21100000-C Agriculture and Lawn Equipment 17 I Page Section 1 Introduction 1.1 Bid The State of Florida Department of Management Services, Division of State Purchasing (Department) is issuing this Invitation to Bid (ITB) to replace the current State Term Contract (STC) for the purchase of Agriculture and Lawn Equipment which also included construction and industrial equipment. The Department intends to solicit for, and enter into contracts with, responsive and responsible Contractors according to the criteria defined herein, for the provision of Commodities and contractual services described within this solicitation under the authority and criteria established by section 287.057, Florida Statutes. Rule 60A-1.044(1), Florida Administrative Code, defines an STC as "indefinite quantity contracts competitively procured by the Department pursuant to s. 287.057, Florida Statutes, available for use by Eligible Users." This solicitation shall be administered using the MyFloridaMarketPlace (MFMP) Sourcing Tool. Vendors interested in submitting a response or bid shall comply with all of the terms and conditions described in this ITB. Information about submitting a response or bid can be found in Instructions to Bidders, section 2 of this solicitation. 1.2 Solicitation Objective The current STC for Agriculture and Lawn Equipment has an estimated average annual spending volume of approximately$14 million dollars. Estimated spending volume is for informational purposes only and must not be construed as representing actual, guaranteed, or minimum purposes under any new contract. Customers include state agencies and other Eligible Users. 1.3 Definitions Definitions contained in section 287.012, Florida Statutes, Rule 60A-1.001, Florida Administrative Code, Form PUR 1000 and Form PUR 1001 are incorporated by reference, and apply to this solicitation. These definitions apply in both their singular and plural sense. 1.3.1 Base Equipment A Department specified Commodity, which meets the requirements, specifications, terms, and conditions herein. 1.3.2 Bidder One who submits a response to this Invitation to Bid (ITB). 1.3.3 Commodity A tangible good, which may or may not meet the specifications herein. Commodities under this contract are Agriculture and Lawn Equipment which includes the Base Equipment, associated OEM Options, Accessories and Implements and Replacement Parts classified under twenty-one (21) Groups, listed in section 3.1. 1.3.4 Confidential Information Any portion of a bidder's documents, data, or records disclosed relating to its response that the bidder claims is confidential and not subject to disclosure pursuant to Chapter ITB 20-21100000-C Agriculture and Lawn Equipment 18 I Page 119, Florida Statutes, the Florida Constitution, or any other authority that is clearly marked "Confidential". 1.3.5 Contract The agreement that results from this competitive procurement, if any, between the Department and the Contractor identified as providing the best value to the State. (This definition replaces the definition in the PUR 1000). 1.3.6 Contractor The Vendor that has been awarded and contracts to provide Agriculture and Lawn equipment, which meet the requirements, specifications, terms, and conditions herein, to state agencies and other Eligible Users. 1.3.7 Dealer A Manufacturer's certified representative authorized by the Manufacturer to market, sell, provide, and service the Commodities and services of the Manufacturer responsive to this solicitation. Dealers may be Contractor owned and controlled, in whole or in part or independently owned and controlled. 1.3.8 Eligible User As defined in Rule 60A-1.005, Florida Administrative Code. 1.3.9 Group A series of commodities with applicable commodity codes which are described in Attachment A under Price Sheet. 1.3.10 MSRP An acronym for the Manufacturer's Suggested Retail Price. It represents the Manufacturer's recommended retail selling price, list price, published price, or other usual and customary price that would be paid by the purchaser for specific commodities or equipment models, and contractual services without benefit of a contract resulting from the solicitation, if awarded. MSRPs shall be formally published by the manufacturer, publicly listed and available, and verifiable by the Department. 1.3.11 MSRP List The Manufacturer's Suggested Retail Price List, a collection of MSRPs and related information broken down by specific commodities or equipment models. In the priority listed below, only the following are acceptable sources of current MSRPs and MSRP Lists for use under the solicitation and resulting Contract, if awarded: • Manufacturer's Annual U.S. Price Book, and • Manufacturer's official website. 1.3.12 Manufacturer The original producer or provider of Agriculture and Lawn Equipment responsive to this solicitation. ITB 20-21100000-C Agriculture and Lawn Equipment 19 I Page 1.3.13 OEM Option(s), Accessory(ies) & Implement(s), OEM Option(s), The Manufacturer's Base Equipment related optional component, feature, or configuration, which meets the requirements, specifications, terms, and conditions herein, and may be installed to, uninstalled from, or provided with or separately from the Base Equipment by the Manufacturer or Dealer, as is specified, ordered, legal, customary, reasonable, and prudent in the industry. 1.3.14 Sub Group A specific series of commodities within a Group which are described in Attachment A under Price Sheet. 1.3.15 Vendor(s) The entity that is in the business of providing a Commodity or service similar to those within the solicitation. 1.4 Term The initial term of the Contract shall be two (2) years with up to two renewal years. The contract may be renewed in whole or in part for a period that shall not exceed the renewal years, at the renewal pricing outlined in section 4.7. 1.5 Contract Formation The Department intends to enter into a contract with the awarded Bidder(s) pursuant to section 2.8 Basis of Award. The Contract shall be composed of the following: This solicitation, General Contract Conditions (PUR 1000), Special Contract Conditions, Description of Scope, Price Sheet (format approved by the Department) submitted by the Contractor after award and additional documentation (as required). 1.6 Timeline of Events The table (Attachment G) contains the Timeline of Events for this solicitation. Bidders should become familiar with the Timeline of Events. The dates and times within the Timeline of Events may be subject to change. It is the responsibility of the Bidder to check for any changes. All changes to the Timeline of Events shall be made through an addenda to the solicitation and noticed on the Vendor Bid System and within the MFMP Sourcing Tool. DO NOT RELY ON THE MYFLORIDAMARKETPLACE SOURCING TOOL'S TIME REMAINING CLOCK. THE OFFICIAL SOLICITATION CLOSING TIME AND RESPONSE DEADLINES SHALL BE AS REFLECTED IN THE TIMELINE. The MyFloridaMarketPlace Sourcing Tool's time remaining clock is not the official submission date and time deadline, it is intended only to approximate the solicitation closing and may require periodic adjustments. It is strongly recommended to submit your response as early as possible. You should allow time to receive any requested assistance and to receive verification of your submittal; waiting until the last hours of the solicitation could impact the timely submittal of your response. 1.7 Order of Precedence for Solicitation In the event of conflict, the conflict may be resolved in the following order of priority (highest to lowest): 1. Addenda to Solicitation, if issued 2. Introduction 3. Description of Scope ITB 20-21100000-C Agriculture and Lawn Equipment 20 I Page 4. Special Instructions 5. General Instructions 6. Special Contract Requirements 7. General Contract Requirements 8. Attachments 1.8 Procurement Officer The Procurement Officer is the sole point of contact from the date of release of this ITB until 72 hours after the contract award is made. Procurement Officer for this ITB is: Leslie Gallegos Associate Category Manager Florida Department of Management Services Division of State Purchasing 4050 Esplanade Way, Suite 360 Tallahassee, FL 32399-0950 Phone: (850)410-2426 Email: Leslie.Gallegos@_dms.myflorida.com ****ALL EMAILS TO PROCUREMENT OFFICE SHALL CONTAIN THE SOLICITATION NUMBER IN THE SUBJECT LINE OF THE EMAIL**** 1.9 Limitation on Contact with Government Personnel (section 287.057(23), Florida Statutes) Bidders to this solicitation or persons acting on their behalf may not contact, between the release of this solicitation and the end of the 72-hour period following the agency posting the Notice of Intended Award, excluding Saturdays, Sundays, and State holidays (section 110.117, Florida Statutes), any employee or officer of the executive or legislative branch concerning any aspect of this solicitation, except in writing to the Procurement Officer or as provided in the solicitation documents. Violation of this provision may be grounds for rejecting a response. 1.10 Special Accommodations Any person requiring a special accommodation due to a disability should contact the Department's Americans with Disabilities Act (ADA) Coordinator at (850) 922-7535. Accommodation requests for meetings shall be made at least five workdays prior to the meeting. A person who is hearing or speech impaired can contact the ADA Coordinator by using the Florida Relay Service at (800) 955- 8771 (TDD). The telephone numbers are supplied for notice purposes only. 1.11 Lobbying Disclosure The successful vendor shall comply with applicable federal requirements for the disclosure of information regarding lobbying activities of the successful vendor, subcontractors or any authorized agent. Certification forms shall be filed by the successful vendor and all subcontractors, certifying that no federal funds have been or shall be used in federal lobbying activities and the disclosure forms shall be used by the successful vendor and all subcontractors to disclose lobbying activities. The successful vendor shall comply with the provisions of section 216.347, Florida Statutes, which prohibits the expenditure of contract funds for the purpose of lobbying the Legislature or a state agency. ITB 20-21100000-C Agriculture and Lawn Equipment 21 1 Page 1.12 ITB Process The ITB is a method of competitively soliciting a commodity or contractual service pursuant to section 287.057(1) (a), F. S. The Department posts an ITB on the Vendor Bid System (VBS)to initiate the process and also posts the solicitation in the MFMP Sourcing Tool. Bidders must submit questions in writing to the Procurement Officer via the MFMP Sourcing Tool by the date listed in Attachment G; Timeline of Events. Bids shall be submitted by the deadline listed in the Timeline of Events. The Department shall open the bids in a public meeting. Once the Department has evaluated the bids, the Department shall post a Notice of Intended Award on the VBS. 1.12.1 Question Submission The Department shall entertain written questions regarding the solicitation or the procurement process submitted through the MFMP Sourcing Tool for a limited period of time as specified in the Timeline of Events. The purpose of this question period is to promote the bidder's full understanding of the solicitation requirements by providing written binding answers to questions about the solicitation. In order to submit a question, bidders shall be registered in MFMP Sourcing and have access to the "Messages"tab in the solicitation dashboard. For information about registering with MFMP Sourcing, please see section 2.2; Special Instructions. The Department shall not respond to questions submitted through any other format or medium (telephone calls, emails, letters, etc.). Questions submitted via the "Messages"tab within the MFMP Sourcing Tool shall be RECEIVED NO LATER THAN the time and date reflected on the Timeline of Events. Questions shall be officially answered via addenda as stated in the Timeline of Events. The Department shall not be bound by any verbal information or by any written information that is not contained within the solicitation documents or formally noticed and issued by the Department's contracting personnel. 1.12.2 Solicitation Addenda If the Department finds it necessary to supplement, modify, or interpret any portion of the solicitation package during the solicitation period, a written addenda shall be posted on the VBS and the MFMP Sourcing Tool as Addenda to this solicitation. It is the bidder's responsibility to check VBS and MFMP Sourcing Tool periodically for any information or updates to this solicitation. The Department bears no responsibility for any resulting impacts associated with a prospective bidder's failure to obtain the information made available through the VBS and MFMP Sourcing Tool. 1.12.3 Protest of Terms, Conditions, and Specifications With respect to a protest of the terms, conditions, specifications contained in this solicitation, including any provisions governing the methods for scoring or ranking responses, awarding contracts, or modifying or amending any contract, a notice of intent to protest shall be filed in writing within 72 hours after the posting of the solicitation. For purposes of this provision, the term "the ITB" includes this solicitation document, any addenda, response to written questions, clarification or other document concerning the terms, conditions, and specifications of the solicitation. ITB 20-21100000-C Agriculture and Lawn Equipment 22 I Page 1.12.4 Public Opening In accordance with PUR 1001, responses shall be opened on the date and at the location indicated on the Timeline of Events (Attachment G). Bidders should, but are not required to, attend. The Department may choose not to announce prices or release other materials pursuant to s. 119.071(1) (b), Florida Statutes. 1.12.5 Electronic Posting of Notice of Intended Award Based on the evaluation, on the date indicated in the Timeline of Events the Department shall electronically post a Notice of Intended Award on the VBS and the MFMP Sourcing website for review by interested parties at the time and location specified in the Timeline of Events. The Notice of Intended Award shall remain posted for a period of seventy-two (72) hours, not including weekends or State observed holidays. If the notice of award is delayed, in lieu of posting the notice of intended award the Department may post a notice of the delay and a revised date for posting the notice of intended award. 1.12.6 Protest of Notice of Intended Award Any Bidder desiring to protest the Notice of Intended to Award shall file any notice of protest and any subsequent formal written protest with Agency Clerk, Department for Management Services, 4050 Esplanade Way, Tallahassee, FL 32399, within the time prescribed in section 120.57(3) Florida Statutes and Chapter 28-110, Florida Administrative Code. Please copy the Procurement Officer on such filings. Failure to file a notice of protest and a formal protest within the time prescribed in section 120.57(3), Florida Statutes, shall constitute a waiver of proceedings under Chapter 120, Florida Statutes. 1.12.7 Firm Response The Department should make an award within sixty(60) days after the date of the opening, during which period responses shall remain firm and shall not be withdrawn. If award is not made within sixty (60) days, the response shall remain firm until either the Department awards the Contract or the Department receives from the bidder written notice that the response is withdrawn. Any response that expresses a shorter duration should, in the Department's sole discretion, be accepted or rejected. 1.12.8 Modification or Withdrawal of Bid Bidders are responsible for the content and accuracy of their bid. Bidders should modify or withdraw their bid at any time prior to the bid due date in accordance with the Timeline of Events. For instructions on how to modify or withdraw bids refer to the link: MFMP Vendor Toolkit or for technical assistance please select this link: MFMP Vendor Help or call (866) 352-3776. 1.12.9 Cost of Response Preparation & Independent Preparation The costs related to the development and submission of a response to this ITB is the full responsibility of the bidder and is not chargeable to the Department. A Bidder shall not, directly or indirectly, collude, consult, communicate or agree with any other Vendor or Bidder as to any matter related to the response each is submitting. Additionally, a Bidder shall not induce any other Bidder to modify, withdraw, submit or not submit a response. 1.12.10 Taxes The State does not pay Federal excise or sales taxes on purchases of equipment. The State shall not pay for any personal property taxes levied on the Contractor or for any ITB 20-21100000-C Agriculture and Lawn Equipment 23 I Page taxes levied on employees' wages. Any exceptions to this paragraph shall be explicitly noted by the Department in the Contract. 1.12.11 Disclosure of Bid Contents Pursuant to the Public Records Act, all documentation provided to the Department as part of the ITB shall become the property of the Department and shall not be returned to the Bidder unless it is withdrawn prior to the response opening. 1.13 Contract Formation The Department shall issue a notice of award, if any, to successful Bidder(s), however, no Contract shall be formed between Bidder and the Department until the Department signs the Contract. The Department shall not be liable for any costs incurred by a Bidder in preparing or producing its response or for any work performed before the Contract is effective. The Department intends to enter into a contract with the awarded Bidder(s) pursuant to section 2.8; Basis of Award. No additional documents submitted by a Bidder should be incorporated in the contract unless it is specifically identified and incorporated by reference in the attached contract document. Balance of page intentionally left blank ITB 20-21100000-C Agriculture and Lawn Equipment 24 I Page Section 2 Instructions to Bidders This section contains instructions to Bidders on how to submit a Bid. The instructions come in two parts; General Instructions and Special Instructions. 2.1 General Instructions The PUR 1001, The General Instructions to Bidders, is incorporated by reference and provided via the link below: http://www.d m s.mvflorida.com/content/down load/2934/11780/1001.pdf In the event any conflict exists between the Special Instructions and General Instructions to Bidders, the Special Instructions shall prevail. 2.2 Special Instructions 2.2.1 MFMP Registration In order to bid, Bidders shall have a current Vendor registration and be active for "Sourcing Events"within the link: MFMP Vendor Information Portal Website. MyFloridaMarketPlace Vendor Registration Each Bidder doing business with the State of Florida for the sale of commodities or contractual services as defined in section 287.012, Florida Statutes, shall register in MyFloridaMarketPlace, in compliance with Rule 60A-1.030, Florida Administrative Code, unless exempt under Rule 60A-1.030(3) Florida Administrative Code. 2.2.2 How to Submit a Bid Submit responses to this solicitation via the MyFloridaMarketPlace Sourcing Tool by selecting this link: MFMP Sourcing 3.0 Login. Bidders shall have a current Vendor registration and be active for"Sourcing Events"within the link MFMP Vendor Information Portal. Download the MFMP Participation Instructions to Bidder, for detailed instructions on how to participate within the MFMP Sourcing Tool 3.0. Include all appropriate pricing, discounts, documents, forms, files, question responses, and information responses located within the MFMP Sourcing Tool for the solicitation in Bids. All required or requested pricing, discounts, documents, forms, files, question responses, and information responses are to be entered electronically in the MFMP Sourcing Tool during this solicitation as indicated. 2.2.3 Sourcing Tips and Training After logging into MFMP Sourcing 3.0, "My Events" lists all events the Bidder already chose to "Join" (i.e., you intend to submit a formal response). "Public Events" lists those events associated with the Bidder's registered UNSPSC listed in their Bidder Information Portal (VIP) accounts, but the Bidders have not yet "Joined." Joining an event moves the event from "Public Events" to "My Events," allows the Bidder to submit questions about the event (solicitation), and alerts Bidders to any associated updates (e.g., addenda, event edits, etc.). To respond to a solicitation, bidders shall review and accept the electronic agreement on the "Review and Accept Agreement" page. Click the radio button next to, "I accept the ITB 20-21100000-C Agriculture and Lawn Equipment 25 I Page terms of this agreement." When responding, save work frequently—at intervals less than 20 minutes. Sourcing 3.0 automatically times out after 20 minutes of inactivity. Any unsaved information may be lost when the system times out. Clicking the "Save" button within Sourcing 3.0 only saves your solicitation responses. To transmit responses to the State, Bidders shall click "Submit Entire Response." After clicking the "Submit Entire Response" button, Bidders are responsible to verify and validate any submitted response in Sourcing 3.0 to ensure their responses are accurate and complete prior to the bid closing time. Bidders should allow sufficient time, prior to the Solicitation event period closing, to address any errors and resubmit revised responses. To validate responses, please do the following before the Solicitation period ends: Click the "Response History" link to confirm that your"submitted" response is visible, and, therefore, formally submitted. Confirm that a status of"Accepted" displays next to your submitted response. Click on the Reference number of your submitted bid response to review the submission. Please check the following: • Text boxes— Is your entire answer viewable? • Yes/No questions —Are the displayed answers correct? For technical assistance, contact the MFMP Customer Service Desk (CSD) at (866) 352- 3776 or by email at VendorHelp(a)MyFloridaMarketPlace.com. For additional information regarding Vendor online training or to view MFMP Sourcing training documents select the hyperlink, MFMP Vendor Toolkit. 2.2.4 Who May Respond Any equipment Manufacturer or Dealer may respond. Eligible bidders must satisfy the requirements, specifications, terms and conditions of the solicitation, and demonstrate their capability to perform a statewide contract in the State of Florida including service locations statewide. NOTE: Pursuant to section 607.1501, Florida Statutes, out-of-state corporations where required, must obtain a Florida Certificate of Authorization pursuant to section 607.1503, Florida Statutes, from the Florida Department of State, Division of Corporations, to transact business in the State of Florida. The Respondent out-of-state corporations agree to attain such authorization within seven business days of notice of award, should the Respondent be awarded. Website: www.sunbiz.orq. 2.2.5 Manufacturer's Name and Approved Equivalents Unless otherwise specified, any manufacturers' names, trade names, brand names, information or catalog numbers listed in a specification are descriptive, not restrictive. With the Buyer's prior approval, the Contractor must provide any equipment that meets or ITB 20-21100000-C Agriculture and Lawn Equipment 26 I Page exceeds the applicable specifications. The Contractor shall demonstrate comparability, including appropriate catalog materials, literature, specifications, test data, etc. The Buyer shall determine in its sole discretion whether equipment is acceptable as an equivalent. 2.2.6 Mandatory Requirements or Conditions The State has established certain requirements with respect to responses submitted to competitive solicitations. The use of"shall", "must", or"will" (except to indicate futurity) in this solicitation, indicates a requirement or condition that may be mandatory. A deviation from a mandatory requirement or condition is material if, in the State's sole discretion, the deficient response is not in substantial accord with the solicitation requirements, provides an advantage to one bidder over another, or has a potentially significant effect on the quality of the response or on the cost to the State. The words "should" or"may" in this solicitation indicate desirable attributes or conditions, but are permissive in nature. 2.2.7 Bidder Qualification Questions Bidders must submit a Yes/No response to the following Qualification Questions within the MFMP Sourcing Tool. Bidders are to meet and respond to the qualifications identified in the following Qualification Questions in order to be considered responsive. The Department may not evaluate bids from Bidders who answer"No" to any of the Qualification Questions. 2.2.7.1 Does the Bidder certify that the person submitting the bid is authorized to respond to this ITB on Bidder's behalf? 2.2.7.2 Does the Bidder certify that it is not a Convicted Vendor as defined in section 7 of the PUR 1001? 2.2.7.3 Does the Bidder certify that it is not a Discriminatory Vendor as defined in section 8 of the PUR 1001? 2.2.7.4 Does the Bidder certify compliance with section 9 of the PUR 1001? 2.2.7.5 Does the Bidder certify 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? 2.2.7.6 Does the Bidder certify that it shall, if awarded, submit to the Department, at least annually, the completed signed Preferred Pricing Affidavit as required in section 4.27.5 of this solicitation? 2.2.7.7 Does the Bidder certify that it shall, if awarded, submit quarterly to the Department a Contract Sales report, as required in section 4.27.1 of this solicitation? 2.2.7.8 Does the Bidder certify that they have carefully and thoroughly reviewed their bids or prices on the Price Sheet (Attachment A)for accuracy and completeness? ITB 20-21100000-C Agriculture and Lawn Equipment 27 I Page 2.2.7.9 Does the Bidder certify that they have read and understand the requirements stated in section 2.6 Supporting Documents? 2.2.7.10 Does the Bidder certify that they shall, if awarded, have at least one full service repair facility as required in section 2.5 of this solicitation? 2.2.7.11 Does the Bidder certify that they have submitted the MSRP Certification (Attachment J)from each Manufacturer as required in section 2.3.4.6? 2.3 Contents of Bid Organize Bids in parts as directed below. Submit all the information requested in each part below through the MFMP Sourcing Tool. Failure to submit all of the requested information in sections 2.3.1 through 2.3.4 (Part 1 through Part 4) below, in the format required under this ITB may result in a determination of Bidder non-responsiveness. Label each response with the appropriate section number(and part number) below: 2.3.1 Part 1 - Company Information Complete the Vendor Information Form (Attachment F)to include all of the below: 2.3.1.1 Company name and address. 2.3.1.2 Name, title, phone number and email of person within the company responsible for administering the contract. 2.3.1.3 Federal ID Number 2.3.1.4 Internet website address 2.3.2 Part 2- Relevant Past Performance Provide a synopsis of the five most recent large volume equipment contracts (which are similar to this ITB) in which your organization provided equipment. Include the following information: 2.3.2.1 Contract number; 2.3.2.2 Term of the contract; 2.3.2.3 The name and telephone number of the customer's contact person; 2.3.2.4 Number of items sold by your organization under the contract; 2.3.2.5 Average number of your organization's personnel assigned to contract; and 2.3.2.6 The final overall sales received by your organization under the contract. 2.3.3 Part 3 - Price Sheet Submission (Attachment A) Download the Price Sheet (Attachment A-Price Sheet), complete and upload it within the MFMP Sourcing Tool, per section 2.2.2 of the solicitation. Bidders are not required to bid on all Groups or all Manufacturers or Brand Names within a Group (including Sub Groups). ITB 20-21100000-C Agriculture and Lawn Equipment 28 I Page 2.3.4 Part 4—Other information 2.3.4.1 Current Department of State Registration Form Submit a current copy of the Bidder's registration with the Florida Department of State, which authorizes the company to do business in the State of Florida (www.sunbiz.orq). See section 2.2.4. 2.3.4.2 Out-of State Preference Letter from Attorney(if applicable) Any Bidder who states that its "principal place of business" is outside of this state shall submit with its bid a written opinion of an attorney at law, licensed to practice law in that foreign state, that contains information explaining the preferences, any or none, granted by the law of that state to its own business entities whose principal place(s) of business are in that foreign state in the letting of any or all public contracts. For the purpose of this ITB, "principal place of business" means the state in which the Bidder's high level officers direct, control, and coordinate the Bidder's activities. 2.3.4.3 Certification of Drug-Free Workplace (Attachment C) Bidder must download and complete the Certification of Drug-Free Workplace found in section 5 (Attachment C). 2.3.4.4 Preferred Pricing Affidavit (Attachment D) Bidders must download and complete the Preferred Pricing Affidavit found in section 5 (Attachment D). 2.3.4.5 Savings/Price Reduction (Attachment E) The Bidder is required to furnish the percent (%)savings in prices offered compared to retail, list, published or other usual or customary prices that would be paid by the purchaser without the benefit of a contract resulting from this bid. Attachment E (PUR 7064), Savings/Price Reductions is provided to facilitate the Bidders response to this requirement. The Bidder is required to submit this form with its bid, and at the time of any renewals or extensions. Savings/Price Reduction Form found in section 5 (Attachment E). 2.3.4.6 MSRP Certification (Attachment J) Bidder must download and complete the MSRP Certification (Attachment J)found in section 5. 2.3.4.7 MSRP Lists Bidder must submit the MSRP List(s) consistent with section 2.6 Supporting Documents and Certification (Attachment J). 2.4 Alternate Responses Bidder may not submit more than one bid for each listed Manufacturer or Brand Name per Group (including Sub Groups). The Department seeks each Bidder's single-best response by Manufacturer or Brand Name per Group. 2.5 Full-Service Repair Facilities The Contractor agrees to maintain at least one factory-authorized service station or servicing dealer within the State of Florida to perform warranty repairs and adjustments throughout the ITB 20-21100000-C Agriculture and Lawn Equipment 29 I Page contract term. Contractors must complete the Vendor Information form (Attachment F) included in the Forms Section of this ITB, and must maintain that document throughout the contract term. The Contractor shall promptly notify the Department of any changes thereto. The Contractor shall be responsible for all service performed, regardless of whether the Contractor or their approved dealer actually performed the service. The Contractor may offer eligible Customers "after warranty" service agreements for the maintenance and repair of goods after the initial warranty expires. The Contractor shall list this additional service as a separate item on the invoice. 2.6 Supporting Documents Bidder shall submit the following Supporting Documents with their Bid, as noted: MSRP List: With the bid, Bidder shall provide one (1) applicable, current, complete, and separate MSRP List (as defined under section 1.3.11)for each Group (including Sub Groups) and Manufacturer or Brand Name bid under Attachment A, Price Sheet. Therefore, multiple MSRP Lists may be required (e.g., by Group and Manufacturer or Brand Name). The MSRP List shall include the Manufacturer's Model Number, Manufacturer's Item Description, and MSRP for each of the Manufacturer or Brand Name and Group's applicable Base Equipment; OEM Options, Accessories, & Implements; and OEM & Replacement Parts offered. The MSRP List shall include the applicable Group, Manufacturer or Brand Name, MSRP List Name, Percent Discount and MSRP List Date on the cover or first page. Bidder shall complete MSRP Certification (Attachment J)from each Manufacturer. Bidder shall not alter, adjust, or modify a Manufacturer's MSRP when submitting Supporting Documents. MSRPs shall be formally published by the Manufacturer, publicly listed and available, and verifiable by the Department. The Department shall be the final arbitrator of MSRPs should the pricing differ from the published MSRPs. The Supporting Documents shall be uploaded to the Department per section 2.2.2 of the solicitation. Failure to provide accurate and compliant Supporting Documents with the Response may result in the Bidder being deemed non-responsive. 2.7 Evaluation Criteria The Department shall evaluate eligible responsive bids. Responses that do not meet all requirements of the solicitation or fail to provide all required information, documents, or materials may be rejected as non-responsive. 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 a Contract may be rejected as non-responsible. The Department reserves the right to determine which Responses meets the requirements, specifications, terms, and conditions of the solicitation, and which Bidders are responsive and responsible. 2.8 Basis of Award Awards shall be made to one (1) responsive, responsible Bidder that offers the highest Base Equipment MSRP discount per Manufacturer or Brand Name in each Group line number. The Department reserves the right to award to a single contractor or award to multiple contractors by Manufacturer or Brand Name, within each Group line number or any other Sub Group if deemed to be in the best interest of the State. ITB 20-21100000-C Agriculture and Lawn Equipment 30 I Page Bidders are not required to bid every Group (including Sub Groups) or every Manufacturer or Brand Name within a Group. If the Bidder wishes to be considered for an award, they must submit a bid for the Base Equipment MSRP discount for a Manufacturer or Brand Name within a Group (including Sub Groups) and the MSRP discounts for the OEM Options, Accessories, & Implements and associated OEM & Replacement Parts for the Manufacturer or Brand Name bid. However, awards for each Manufacturer or Brand Name within a Group shall be based upon the greatest Base Equipment MSRP discount bid by a responsive and responsible Bidder. 2.9 Preference to Florida Vendors If the lowest bid is submitted by a Bidder whose principal place of business is located outside the State of Florida, preference shall be applied consistent with section 287.084, Florida Statutes. 2.10 Tie Bids In the event that the Department's evaluation results in identical evaluations of replies for the lowest Group price or three bidders with the lowest Group price, the Department shall select Bidder(s) based on the criteria identified in Rule 60A-1.011, Florida Administrative Code. 2.11 Rejection of Bids The Department shall review bidder responses using the criteria listed in section 2.2.7 Bidder Qualification Questions to determine responsiveness. Bids that do not meet all requirements, specifications, terms, and conditions of the solicitation or fail to provide all required information, documents, or materials may be rejected as non-responsive. Bidders whose bids, past performance, or current status do not reflect the capability, integrity, or reliability to fully and in good faith perform the requirements of a contract may be rejected as not responsible. The Department reserves the right to determine which bids meet the requirements of this solicitation, and which bidders are responsive and responsible. 2.12 Minor Irregularities/Right to Reject The Department reserves the right to accept or reject any and all bids, or separable portions thereof, and to waive any minor irregularity, technicality, or omission if the Department determines that doing so shall serve the State's best interests. The Department may reject any response not submitted in the manner specified by the solicitation documents. 2.13 Redacted Submissions The following section supplements section 19 of the PUR 1001. If Bidder considers any portion of the documents, data or records submitted in response to this solicitation to be confidential, proprietary, trade secret or otherwise not subject to disclosure pursuant to Chapter 119, Florida Statutes, the Florida Constitution or other authority, Bidder shall mark the document as "Confidential" and simultaneously provide the Department with a separate redacted copy of its response and briefly describe in writing the grounds for claiming exemption from the public records law, including the specific statutory citation for such exemption. This redacted copy shall contain the Department's solicitation name, number, and the Bidder's name on the cover, and shall be clearly titled "Redacted Copy." The Redacted Copy should only redact those portions of material that the Bidder claims is confidential, proprietary, trade secret or otherwise not subject to disclosure. In the event of a request for public records pursuant to Chapter 119, Florida Statutes, the Florida Constitution or other authority, to which documents that are marked as confidential are responsive, ITB 20-21100000-C Agriculture and Lawn Equipment 31 1 Page the Department shall provide the Redacted Copy to the requestor. If a requestor asserts a right to the Confidential Information, the Department shall notify the Bidder such an assertion has been made. It is the Bidder's responsibility to assert that the information in question is exempt from disclosure under Chapter 119, Florida Statutes, or other applicable law. If the Department becomes subject to a demand for discovery or disclosure of the Confidential Information of the Bidder in a legal proceeding, the Department shall give the Bidder prompt notice of the demand prior to releasing the information (unless otherwise prohibited by applicable law). The Bidder shall be responsible for defending its determination that the redacted portions of its response are confidential, proprietary, trade secret, or otherwise not subject to disclosure. By submitting a bid, the Bidder agrees to protect, defend, and indemnify the Department for any and all claims arising from or relating to the Bidder's determination that the redacted portions of its reply are confidential, proprietary, trade secret, or otherwise not subject to disclosure. If Bidder fails to submit a redacted copy of information it claims is confidential, the Department is authorized to produce the entire documents, data, or records submitted to the Department in answer to a public records request for these records. 2.14 Additional Information By submitting a bid, Bidder certifies that it agrees to and satisfies all criteria specified in the ITB. The Department may request, and Bidder shall provide, supporting information or documentation. Failure to supply supporting information or documentation as required and requested shall result in disqualification of the bid. Balance of page intentionally left blank ITB 20-21100000-C Agriculture and Lawn Equipment 32 Page Section 3 Description of Scope 3.1 Scope The Agriculture and Lawn Equipment Commodities (including the Base Equipment; associated OEM Options, Accessories, & Implements; and associated OEM & Replacement Parts) offered under the Contract shall be classified under twenty-one (21) Groups, which are listed and described as follows: Group UNSPSC Group Description Code(s) Group 1 25101900 All Terrain Vehicles (ATV) Group 2 25101900 Utility Vehicles (UTV) Group 3 21100000 Mower: Walk-behind Lawn, Non-Commercial Type Group 4 21100000 Mower: Walk-behind Lawn, Commercial Type Group 5 21100000 Mower: Stand-On, Commercial Type Group 6 21100000 Mower: Lawn & Garden Tractor(Riding) Group 7 21100000 Mower: Front/Rear wheel Steering (Riding)Type Group 8 21100000 Mower: Commercial Zero-Turn Radius (Riding)Type Group 9 21100000 Mower: Wide-Area, Commercial 27112000, Group 10 25111934, Lawn Equipment- Handheld,Walk-behind, Backpack 27112712 Group 11 21000000 Utility Tractors: Under 40 HP Group 12 21000000 Utility Tractors: Greater than or equal to 40 HP but less than 145 HP Group 13 21000000 Row-Crop Tractors: Greater than 140 HP but less than 370 HP Group 14 21000000 Agricultural/Specialty Tractors: Includes hi-crop, low profile and narrow do not qualify for other groups Group 15 23231800, Large Lawn, Agricultural, and Small Forestry Equipment: Compatible 21100000 with tractors, stand alone, and vehicles. Group 16 25101900 Golf Carts and Golf Specialty Vehicles Group 17 21100000 Golf and Turf Mowers Group 18 49211600 Golf and Turf Misc. Other Group 19 70150000, Commercial/Production Forestry Equipment 70151700 Group 20 25181700 Flat/Utility Axle Trailers Group 21 25181700 Specialty Trailers The Contract is intended to cover only those Agriculture and Lawn Commodities generally used by the State of Florida as listed and described herein, and does not include all varieties of equipment that are commercially available. The Department in its sole discretion shall determine the eligibility and acceptability of all Commodities available and included under the Contract. The Contractor shall be responsible for removing all non-eligible and unacceptable Commodities under the Contract from the Contractors MSRP list. ITB 20-21100000-C Agriculture and Lawn Equipment 33 I Page Delivery of non-conforming Commodities and contractual services, which are not remedied as required herein, may be cause for default proceedings and /or Contract termination. 3.2 Commodity Specifications and Standards The Commodity Specifications and Standards are based on the known needs of Eligible Users and best information available to the Department at the time the Commodity Specifications and Standards were created. The following specifications and standards form a part of the overall Technical Specifications except as modified or noted herein. All Commodities, including all Base Equipment; OEM Options, Accessories, & Implements; OEM & Replacement Parts; and their respective features, equipment, and components, shall individually and jointly comply with the following: 1. All Commodities shall be designed, constructed, equipped, assembled (except as specified in section 3.9, Transportation and Delivery), and installed (OEM & Replacement Parts do not include installation) to be fully suitable for their intended use, purpose, and service; 2. All Commodities shall be new and unused (except as specified in section 3.9, Transportation and Delivery), for the current Manufacturer's model year or later, of current or recent production, and of the latest design and construction; 3. All Commodities shall be bio-diesel (B-20), compressed natural gas ("CNG"), diesel, electric, gasoline (E-10 to E-85), liquefied petroleum gas ("LPG"), natural gas, or propane powered; 4. All Commodities shall include all OEM standard features, equipment, and components, Manufacturer or Dealer installed according to the Manufacturer's standard procedures, requirements, and specifications; 5. All Commodities shall be free of damage and /or rust which may affect appearance or serviceability; 6. All Commodities shall comply with current legal, customary, reasonable, and prudent standards of professionalism and care in the industry; 7. All Commodities shall comply with current mandatory and applicable federal and State of Florida motor vehicle, mobile equipment, legal, safety, and environmental standards and requirements; and 8. All Commodities shall meet the requirements, specifications, terms, and conditions herein. No Contractor's or Dealer's advertising or identification (name, logos, etc.) is permitted on the Commodities, including all Base Equipment; OEM Options, Accessories, & Implements; OEM & Replacement Parts; and their components. Commodity Manufacturer's advertising or identification (name, model, logos, etc.) shall be permitted on the respective Commodities if such advertising or identification is a Manufacturer's standard on the specific Commodity. The Department in its sole discretion shall determine what is Contractor's or Dealer's advertising or identification, what is Commodity Manufacturer's advertising or identification, and what advertising or identification is acceptable. The Contractor shall be responsible for removing, without damage, all unacceptable advertising or identification. Delivery of non-conforming Commodities and contractual services, which are not remedied as required herein, may be cause for default proceedings and /or Contract termination. 3.3 Federal and State Standards It is the intent of the Department 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. This includes, but is not limited to, ITB 20-21100000-C Agriculture and Lawn Equipment 34 I Page Federal Motor Vehicle Safety Standards ("FMVSS"), Occupational Safety and Health Administration ("OSHA"), Environmental Protection Agency ("EPA") Standards, and State of Florida laws, requirements, and regulations that apply to the type and class of Commodities and contractual services being provided. In addition, any applicable federal or State legislation that should become effective during the term of the Contract, regarding the Commodities and contractual services' specifications, safety, and environmental requirements shall immediately become a part of the Contract. The Contractor shall meet or exceed any such requirements of the laws and regulations. If an apparent conflict exists, the Contractor and Dealer shall contact the Contract Manager immediately. Delivery of non-conforming Commodities and contractual services, which are not remedied as required herein, may be cause for default proceedings and /or Contract termination. 3.4 Testing Samples of delivered Commodities and contractual services may be selected at random by the Department or Eligible User and tested for compliance with the requirements, specifications, terms, and conditions. Delivery of non-conforming Commodities and contractual services, which are not remedied as required herein, may be cause for default proceedings and /or Contract termination. 3.5 Warranty The Manufacturer's standard warranty shall cover all Commodities and contractual services of the Contract. The Manufacturer's standard warranty is required to provide coverage against defective material, workmanship, and failure to perform in accordance with the specifications and required performance criteria. The Manufacturer's standard warranty coverage shall be identical to or exceed the most inclusive of those normally provided for the Commodities and contractual services specified herein that are sold to any state or local governments. The Manufacturer's standard warranty shall have a minimum term of one (1) year from the date of Acceptance, section 3.11, and shall begin only at the time of Acceptance by the Eligible User. Should the Manufacturer's standard warranty conflict with any requirements, specifications, terms, or conditions of the Contract, the Contract requirements, specifications, terms and conditions shall prevail. The Manufacturer's standard warranty terms and conditions are not part of the Contract requirements, specifications, terms, and conditions. Delivery of non-conforming Commodities and contractual services, which are not remedied as required herein, may be cause for default proceedings and/or Contract termination. 3.6 Commodities Recall In the event there is a recall of any of the Commodities, any of its components or any parts incorporating the equipment ("Recalled Equipment"), the contractor shall provide reasonable assistance to the Department in developing a recall strategy and shall cooperate with the Department and the Buyers in monitoring the recall operation and in preparing such reports as may be required. Each Contractor shall, at the request of the Department or any Buyer give the Department and each Buyer all reasonable assistance in locating and recovering any equipment or Recalled Equipment that are not in accordance with the requirements of the Contract. Each Contractor shall immediately notify and provide copies to the Department of any communications, whether relating to recalls or otherwise, with any Buyer. The Contractor, at its own cost, shall ITB 20-21100000-C Agriculture and Lawn Equipment 35 I Page ensure defective Recalled Equipment are rectified, replaced or destroyed in compliance with all applicable laws, rules or regulations and the Departments reasonable instructions. 3.7 Commodity Compliance and Compatibility It is the Contractor's responsibility to insure that the Commodity supplied are compliant with the Contract requirements, specifications, terms, and conditions. Additionally, the Contractor shall insure that the Commodity ordered by the Eligible User are fully compatible with each other and with any associated pre-existing Commodity possessed by the Eligible User and disclosed to the Contractor by the Eligible User. The Contractor's acceptance of the Eligible User's Purchase Order shall indicate that the Contractor agrees to deliver Commodity that shall be fully compliant and compatible with the Purchase Order requirements, specifications, terms, and conditions. In the event any ordered Base Equipment; OEM Options, Accessories, & Implements; OEM & Replacement Parts; and their respective features, equipment, and components are found by the Eligible User to be missing, incorrect, defective, damaged, non-compatible, or non-compliant, the Contractor shall, at the Eligible User's discretion, be required to do one of the following: • Install or repair the Base Equipment; OEM Options, Accessories, & Implements; OEM & Replacement Parts; and their respective features, equipment, and components; • Replace the Base Equipment; OEM Options, Accessories, & Implements; OEM & Replacement Parts; and their respective features, equipment, and components; or • Refund the purchase price of the applicable Base Equipment; OEM Options, Accessories, & Implements; and OEM & Replacement Parts to the Eligible User. Any changes necessary after the delivery of the Commodity/ Commodities that are required to bring a Commodity/ Commodities into compliance and /or compatibility due to an incorrect order fulfillment by the Contractor may be accomplished at the Contractor's expense. Delivery of non-conforming Commodities and contractual services, which are not remedied as required herein, may be cause for default proceedings and/or Contract termination. 3.8 Commodities Title and Registration Applicable awarded Commodities delivered under the Contract shall be titled and registered by the Contractor in accordance with Chapters 319 and 320 of the Florida Statutes. The Contractor shall send any necessary form(s)that shall be signed by an authorized representative of the Eligible User with the awarded Commodity upon delivery, and the Contractor shall obtain any necessary signature and complete the titling and registration process for the Eligible User in a timely manner. In the event the Eligible User is permitted by statute, law, rule, ordinance, code, policy, and procedure to obtain Title and Registration independent of the Contractor, and chooses to obtain Title and Registration independent of the Contractor, the Eligible User shall notify the Contractor in writing of this decision no later than three (3) business days following receipt of the Acknowledgement of Order form, per section 3.10, Acknowledgement of Order. However, the Eligible User shall then be obligated to Title and Register the awarded Commodity per applicable statute, law, rule, ordinance, code, policy, and procedure, and the Contractor shall provide any documents necessary for the Eligible User to do so. For applicable awarded Commodities, Eligible Users may elect to transfer an existing license plate, or may choose to obtain a new license plate. ITB 20-21100000-C Agriculture and Lawn Equipment 36 I Page • Should an Eligible User elect to transfer an existing license plate, this is the standard default order type and does not require specific notation on the Purchase Order. All related fees, see section 4.8, Ceiling Prices, are included in the Base Equipment Net Price. • Should an Eligible User elect to obtain a new license plate in lieu of transferring their old license plate, or if the awarded Commodity is an addition to their fleet and requires a new license plate, the Purchase Order should include a notation and an additional amount to cover the cost of a new license plate. The Contractor is not required to obtain new license plates for the Eligible User unless there is a notation and a new license plate fee is included on the Purchase Order. All related charges and fees, see section 4.8, Ceiling Prices, except the new license plate cost are included in the Base Equipment Net Price. a) The Eligible User's Purchase Order notation for a new license plate shall include the request for a new license plate, what type of license plate is required, and a contact person's name, title, and telephone number should there be any questions. b) The Contractor may obtain special plates such as "State", "County", or"City"from most county tax offices, but agency plates such as "DOT", "DC", "DNR", etc. shall be obtained from the Department of Highway Safety and Motor Vehicles, Division of Motor Vehicles, in Tallahassee, Florida. 3.9 Transportation and Delivery In conjunction with section 4.8, Ceiling Prices, Base Equipment Net Prices; OEM Options, Accessories, & Implements Net Prices; and OEM & Replacement Parts Net Prices shall include all charges for packing, handling, freight, distribution, and delivery. Transportation and Delivery of goods shall be FOB Destination to any point statewide as follows: 1. Equipment not in stock or unavailable from manufacturer at time of order must be delivered within one hundred eighty (180) calendar days after receipt of order. 2. Equipment in stock must be delivered within fourteen (14) calendar days after receipt of order or the Commodities from the Manufacturer, with one exception —Commodities requiring post- Manufacturer Dealer installed OEM Options, Accessories, & Implements shall be delivered within thirty (30) calendar days after receipt of the Commodities from the Manufacturer(s). Delivery of the awarded Commodity is defined as receipt of the Commodity at the Eligible User's place of business or designated location. Delivery does not constitute Acceptance, per section 3.11 of the Contract. The Contractor shall give the ordering Eligible User a minimum of twenty-four (24) hour notice prior to delivery. Deliveries shall be received as stipulated by the Eligible User. Deliveries of awarded Commodities shall be made by either private or common carrier transport. Where deliveries may be accomplished by driving the self-propelled, street-legal, Commodity three (3) road miles or less, the self-propelled Commodity may be driven, under supervision, to the delivery location. The Contractor shall comply with the Manufacturer's break-in requirements and all applicable traffic laws. All self-propelled operator occupied Commodities delivered by the Contractor to the Eligible User shall contain no less than one-quarter(1/4)tank of fuel as indicated by the fuel gauge at the time of delivery. At the Eligible User's option, Commodities with less than one-quarter(1/4)tank of fuel at delivery may be rejected or$3.00 per gallon or gallon equivalent up to one-quarter of the Commodity's fuel tank capacity may be deducted from the invoice and payment. The Contractor shall perform the standard Manufacturer's pre-delivery inspection, and is responsible for delivering an awarded Commodity that is properly serviced, clean, and in first class operating condition. Pre-delivery service, at a minimum, shall include the following: ITB 20-21100000-C Agriculture and Lawn Equipment 37 I Page 1. Complete lubrication of operating chassis, engine, and mechanisms with Manufacturer's recommended grades of lubricants; 2. Check/ Fill all fluid levels to assure proper fill; 3. Adjust engine(s)to proper operating condition(s); 4. Inflate tires to proper pressure; 5. Check to assure proper operation of all accessories, gauges, lights, and mechanical and hydraulic features; 6. Clean equipment, if necessary, and remove all unnecessary tags, stickers, papers, etc.; 7. Assure that the awarded Commodity is completely assembled (unless otherwise noted in the following sub-section) including Base Equipment and OEM Options, Accessories, & Implements, thoroughly tested, and ready for immediate operation upon delivery; and 8. Where applicable, packaged to insure safe delivery to the destination. Packaging shall comply with the requirements of section 403.7191, Florida Statutes. Each package shall be marked to include the name of the Contractor, the State Term Contract number, Purchase Order number, and brief description of the contents. All Commodities shall be delivered with each of the following applicable documents completed and included: 1. Copy of the Manufacturer's pre-delivery inspection form, which meets or exceeds the requirement herein; 2. Copy of ordering Eligible User's Purchase Order; 3. Copy of the applicable Manufacturer(s)'s specification(s); 4. Copy of the Manufacturer's invoice(s) (prices may be deleted or obscured)for each Commodity, including individual Base Equipment and OEM Options, Accessories, & Implements, in the shipment; 5. Manufacturer's Window Sticker(s), if applicable; 6. Manufacturer's Certificate of Origin, if applicable; 7. Manufacturer's Operator Manual, and (if not included in the operator manual) one (1) each of the Manufacturer's lubrication and maintenance instructions; 8. Copy of the Manufacturer's Standard Warranty Certifications; 9. Sales Tax Exemption Form, if applicable; 10. Temporary Tag and twenty (20) day Extension Tag, if applicable; and 11. DHSMV82040, Application for Certificate of Title and/or Vehicle Registration, if applicable. Deliveries that do not include the above applicable forms and publications, or that have forms that have been altered, or are not properly completed, may be refused! Repeated failures by the Contractor to include the above properly completed forms and publications, or that have submitted altered forms, to the ordering Eligible Users may be cause for default proceedings and /or Contract termination. These Transportation and Delivery requirements, terms, and conditions also apply to the re- delivery of an awarded Commodity that was previously rejected upon initial delivery. 3.10 Acknowledgement of Order(Attachment I) For orders which the Contractor does not have the awarded Commodities in stock and cannot Deliver the Commodities to the ordering Eligible User within fourteen (14) calendar days, the Acknowledgement of Order form shall be fully completed and issued by the Contractor to notify the ordering Eligible User of the receipt of the Purchase Order for Commodities awarded under the Contract, the Manufacturer's order confirmation information, and the estimated delivery date. ITB 20-21100000-C Agriculture and Lawn Equipment 38 I Page The Contractor shall mail, email, or fax the fully completed Acknowledgement of Order form to the ordering Eligible User's issuing office within fourteen (14) calendar days from the date the Contractor receives the Purchase Order under the Contract. Failure of the Contractor to provide the ordering Eligible User the Acknowledgement of Order form within fourteen (14) calendar days from the date the Contractor received the Purchase Order shall be considered acceptance of the order by default, which, if necessary, shall require the provision of the next new model of the Commodity, which meets the Prices, Discounts, requirements, specifications, terms, and conditions herein. Submission of the Acknowledgement of Order form is to be the responsibility of the Contractor without prompting or notification by the Contract Manager or Eligible User. Repeated failures by the Contractor to submit completed Acknowledgement of Order forms to the ordering Eligible Users may be cause for default proceedings and /or Contract termination. 3.11 Acceptance The Eligible User, within three (3) business days of delivery, shall thoroughly inspect the Commodity received for acceptability. The Eligible User shall compare the physical Commodity delivered; contract prices, Discounts, requirements, specifications, terms, and conditions; Purchase Order; and Manufacturer's Window Sticker/ Manufacturer's Invoice(s) to ensure the Commodity received meet or exceed the requirements, specifications, terms, and conditions of the Contract and Purchase Order. Additionally, the Eligible User shall inspect the Commodity for any physical damage. The Contractor is obligated to correct any errors or damage in the Commodity. Failure by the Eligible User to discover an error in the Commodity shall not relieve the Contractor from their obligation to correct the error in the event it is found any time after the Commodity is delivered. The Parties agree that inspection and Acceptance shall be the Eligible User's responsibility and occur at the location of the Eligible User. Title and risk of loss or damage to all Commodities shall be the responsibility of the Contractor until Accepted by the Eligible User. The Contractor shall be responsible for filing, processing, and collecting all damage claims. The Eligible User shall assist the Contractor by: • Recording any evidence of visible damage on all copies of the delivering carrier's bill of lading; • Report any known visible and concealed damage to the carrier and the Contractor; • Confirm said reports in writing within fifteen (15) business days of delivery, requesting that the carrier inspect the damaged merchandise; and • Provide the Contractor with a copy of the carrier's bill of lading and damage inspection report. Transportation and Delivery of the Commodity, per section 3.9 of the Contract, does not constitute Acceptance for the purpose of payment. Final Acceptance and authorization of payment shall be given by the Eligible User only after a thorough inspection indicates that the Commodity is undamaged and meets the Contract requirements, specifications, terms, and conditions. Should the delivered Commodity be damaged or differ in any respect from the Contract requirements, specifications, terms, and conditions, payment shall be withheld until such time as the Contractor completes the required, Eligible User approved, corrective action. Should the Commodity require service or adjustments as part of the Eligible User approved corrective action(s), the Contractor shall either remedy the defect or be responsible for reimbursing the Manufacturer's local service Dealer or others selected by the Eligible User to remedy the defect. The Contractor shall initiate such required service or adjustments within two (2) business days following notification by the Eligible User. The Commodity shall not be accepted until all ITB 20-21100000-C Agriculture and Lawn Equipment 39 I Page service and /or adjustments are satisfactory and the Commodity is re-delivered in acceptable condition. The costs of any Transportation and Delivery, section 3.9, required as part of the initial or any re-deliveries due to error or damage are the responsibility of the Contractor. The ordering Eligible User shall notify the Department of any Contract deviation that it cannot resolve with the Contractor. The Department and Eligible User shall develop a corrective action plan related to the Contract deviation, which may include the Eligible User's permanent refusal to accept the Commodity, in which case the Commodity shall remain the property of the Contractor, and the Eligible User and the State shall not be liable for payment for any portion thereof. 3.12 Installation Where installation is required, Contractor shall be responsible for placing and installing the equipment or parts in the required locations at no additional charge, unless otherwise specified in the Price Sheets. All materials used in the installation shall be of good quality and shall be free of defects that would diminish the appearance of the equipment or render it structurally or operationally unsound. Installation includes the furnishing of any equipment, rigging, and materials required to install or replace the equipment or parts in the proper location. Contractor shall protect the site from damage and shall repair damages or injury caused during installation by Contractor or its employees or agents. If any alteration, dismantling, excavation, etc., is required to achieve installation, the Contractor shall promptly restore the structure or site to its original condition. Contractor shall perform installation work so as to cause the least inconvenience and interference with Customers and with proper consideration of others on site. Upon completion of the installation, the location and surrounding area of work shall be left clean and in a neat and unobstructed condition, with everything in satisfactory repair and order. Balance of page intentionally left blank ITB 20-21100000-C Agriculture and Lawn Equipment 40 I Page Section 4 Contract Conditions This section contains conditions which shall be complied with during the performance of this contract. The conditions come in two parts, general conditions and special contract requirements. 4.1 General Contract Requirements The General Contract Conditions, PUR 1000 is incorporated by reference and provided via a link below: http://www.dms.myflorida.com/content/download/2933/11777/1000.pdf 4.2 Special Contract Requirements The Special Contract Requirements are provisions that relate directly to the performance of this contract. 4.3 Pricing The Contractor shall adhere to the discount applied to the uploaded MSRP List(s) as submitted for in the completed Price Sheets, which are incorporated by reference into the Contract. Pricing = (100%- Percent Discount) x MSRP List Price(s) 4.4 Financial Consequences for Nonperformance The State reserves the right to withhold payment or implement other appropriate remedies, such as contract termination or nonrenewal, when the Contractor has failed to perform under or comply with the provisions of this contract. When or if the Contractor fails to perform or comply with provisions of this contract, the Contractor has ten (10) calendar days from receipt of Complaint to Vendor Form (PUR 7017) to comply as instructed within the notice. An amount of$500.00 may be assessed for each day the Contractor is delinquent after the ten (10) day notice period ends, and that amount may be withheld from a Contractor's invoice. The rights and remedies of the State in this paragraph are not considered penalties and are in addition to any other rights and remedies provided by law. 4.5 Contract Overlap Contractors shall identify any equipment or parts covered by this solicitation that they are currently authorized to furnish under any state term contract. By entering into the Contract, a Contractor authorizes the Buyer to eliminate duplication between agreements in the manner the Buyer deems to be in its best interest. 4.6 Commodity, Group, and Manufacturer or Brand Name Additions and Deletions During the Contract Term, section 1.4, the Department shall have the right to add or delete Commodities, Groups, or Manufacturer or Brand Names to or from this agreement by adding them to or removing them from the Price Sheet, Attachment A. Any new Commodities, Groups, or Manufacturer or Brand Names added shall be at the requirements, specifications, terms, and conditions herein or as later stipulated by the Department, and at mutually agreed pricing and discounts accepted, in writing, by both the Contractor and the Department. Commodities, Groups, or Manufacturer or Brand Names may be removed at the sole discretion of the Department, per the requirements, specifications, terms, and conditions herein or as permitted by Florida Statutes or Florida Administrative Code. ITB 20-21100000-C Agriculture and Lawn Equipment 41 1 Page 4.7 Price Adjustment Price may be adjusted annually, beginning 12 months after the contract effective date based on the percent change (up or down) of the Producers Price Index (PPI). All requests must be submitted to the Contract Manager during the months of January or July only. Price adjustments correlate with the PPI for the Series ID's in the table below and as published by the Bureau of Labor Statistics, in the Department of Labor, Washington, DC 20212. These reports are accessible at the following website: http://www.bls.gov/data/. Groups Industry Code Industry Baseline 44121 PCU44121-44121- 1, 2, 16 Recreational vehicle Recreational vehicle dealers June 2001 dealers PCU3331123331121 3, 10 333112 Consumer non-riding lawn, Lawn and garden warden, and snow equipment December 1982 equipment manufacturing PCU3331123331123 6 Consumer riding lawn, garden, and snow equipment PCU333111333111J 4, 5, 7, 8, 9, Commercial turf and grounds December 1982 17,18 care equipment, including parts and attachments PCU3331113331111 Farm-type (power take-off 11, 12, 13, 14, 333111 hp)wheel tractors (2/4-wheel December 1982 Farm machinery and drive)(with or without equipment manufacturing attachments) PCU333111333111G 15 All other farm machinery and December 1982 equipment, excluding parts, including attachments PCU333111333111 19 Farm machinery and December 1982 equipment manufacturing 33621 PCU33621-33621- 20, 21 Motor vehicle body and Motor vehicle body and December 2003 trailer manufacturing trailer manufacturing The Contractor may have up to 60 days after the posting of the month or quarter non-preliminary data at each contract anniversary to request a price increase. When requesting a price increase, the Contractor may submit a justification in writing to the Contract Manager detailing the reasons for the price adjustment request and demonstrating the calculable change in PPI over the last 12 months of the Contract that supports a price adjustment. The requested adjustment for a price increase may not exceed the percentage change of the PPI the preceding twelve months prior to the adjustment. The contractor must complete Price Update Form (Attachment H)to have the price adjustment processed. The Department reserves the ITB 20-21100000-C Agriculture and Lawn Equipment 42 I Page exclusive right to accept or reject any request for price adjustment. Price adjustments may be effective only upon written approval by the Department and may not be applied retroactively. The Department reserves the right to request price decreases at any time during the term of the Contract if it's found to be in the best interest of the State. 4.8 Ceiling Prices The individual Base Equipment Price (after discount); OEM Option, Accessory, & Implement Price (after discount); and OEM Part Price (after discount) contained or referenced in the Attachment A, Price sheets, shall be the not-to-exceed Ceiling Prices under the Contract. 4.9 Compliance with Laws, Rules, Codes, Ordinances, and Licensing Requirements The Contractor shall comply with all laws, rules, codes, ordinances, and licensing requirements that are applicable to the conduct of its business, including those of Federal, State, and local agencies having jurisdiction and authority. For example, Chapter 287 Florida Statutes, and Rule Chapter 60A of the Florida Administrative Code govern the contract. The Contractor shall comply with section 274A of the Immigration and Nationality Act, the Americans with Disabilities Act, and all prohibitions against discrimination on the basis of race, religion, sex, creed, national origin, handicap, marital status, or veteran's status. Violation of any laws, rules, codes, ordinances, or licensing requirements may be grounds for contract termination or nonrenewal of the contract. 4.10 Insurance Requirements To the extent required by law, the Contractor shall be self-insured against, or shall secure and maintain during the life of the contract, Worker's Compensation Insurance for all its employees connected with the work of this project and, in case any work is subcontracted, the Contractor shall require the subcontractor similarly to provide Worker's Compensation Insurance for all of the latter's employees unless such employees engaged in work under the resulting contract are covered by the Contractor's self-insurance program. Such self-insurance or insurance coverage shall comply with the Florida Worker's Compensation law. In the event hazardous work is being performed by the Contractor under the resulting contract and any class of employees performing the hazardous work is not protected under Worker's Compensation statutes, the Contractor shall provide, and cause each subcontractor to provide, adequate insurance satisfactory to the Department, for the protection of his employees not otherwise protected. The Contractor shall secure and maintain Commercial General Liability insurance including bodily injury, property damage, personal & advertising injury and products and completed operations. This insurance shall provide coverage for all claims that may arise from the services and/or operations completed under the contract, whether such services or operations are by the Contractor or anyone directly, or indirectly employed by them. Such insurance shall include a Hold Harmless Agreement in favor of the State of Florida and also include the State of Florida as an Additional Named Insured for the entire length of the resulting contract. The Contractor is responsible for determining the minimum limits of liability necessary to provide reasonable financial protections to the Contractor and the State of Florida under the resulting contract. All insurance policies shall be with insurers licensed or eligible to transact business in the State of Florida. The Contractor's current certificate of insurance shall contain a provision that the insurance shall not be canceled for any reason except after thirty (30) days written notice to the Department's Contract Manager. ITB 20-21100000-C Agriculture and Lawn Equipment 43 I Page The Contractor(s) shall submit insurance certificates evidencing such insurance coverage prior to execution of a contract with the Department. 4.11 Notice of Legal Actions The Contractor shall notify the Department of any legal actions filed against it for a violation of any laws, rules, codes ordinances, or licensing requirements within 30 days of the action being filed. The Contractor shall notify the Department of any legal actions filed against it for a breach of a contract of similar size and scope to this contract within 30 days of the action being filed. Failure to notify the Department of a legal action within 30 days of the action may be grounds for termination or nonrenewal of the contract. 4.12 Records Retention The Contractor shall retain sufficient documentation to substantiate claims for payment under the Contract and all other records, electronic files, papers, and documents that were made in relation to this the Contract. Contractor shall retain all documents related to this Contract in compliance with the rules of the Florida Department of State. 4.13 Public Records 4.13.1 Access to Public Records (1) The Contractor shall allow public access to all documents, papers, letters, or other material made or received by the Contractor in conjunction with the Contract, unless the records are exempt from Article I, section 24(a), Florida Constitution or section 119.07(1), Florida Statutes. The Department may unilaterally terminate the Contract if the Contractor refuses to allow public access as required in this section. If, under this Contract, the Contractor is providing services, the Department may unilaterally cancel the Contract for refusal by the Contractor to allow access to all public records, including documents, papers, letters, or other material made or received by the Contractor in conjunction with the Contract, unless the records are exempt from section 24(a) of Art. I of the State Constitution and section 119.07(1), Florida Statutes. (2) If, under this Contract, the Contractor is providing services and is acting on behalf of a public agency as provided by section 119.0701(1)(b), Florida Statutes, the Contractor shall: (a) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the service. (b) Provide the public with access to public records 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 Chapter 119, Florida Statutes, or as otherwise provided by law. (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. (d) Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the Contractor upon termination of the Contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency. ITB 20-21100000-C Agriculture and Lawn Equipment 44 I Page 4.13.2 Protection of Trade Secrets or Other Confidential Information If the Contractor considers any portion of materials made or received in the course of performing the Contract ("contract-related materials") to be trade secret under section 812.081, Florida Statutes, or otherwise confidential under Florida or federal law, the Contractor must clearly designate that portion of the materials as "confidential"when submitted to the Department. If the Department receives a public records request for contract-related materials designated by the Contractor as "confidential," the Department will provide only the portions of the contract-related materials not designated as "confidential." If the requester asserts a right to examine contract-related materials designated as "confidential," the Department will notify the Contractor. The Contractor will be responsible for responding to and resolving all claims for access to contract-related materials it has designated "confidential." If the Department is served with a request for discovery of contract-related materials designated "confidential," the Department will promptly notify the Contractor about the request. The Contractor will be responsible for filing, the appropriate motion or objection in response to the request for discovery. The Department will provide materials designated "confidential" only if the Contractor fails to take appropriate action, within timeframes established by statute and court rule, to protect the materials designated as "confidential" from disclosure. The Contractor shall protect, defend, and indemnify the Department for claims, costs, fines, and attorney's fees arising from or relating to its designation of contract-related materials as "confidential." 4.13.3 Retention of Records Contractor shall retain sufficient documentation to substantiate claims for payment under the Contract, and all other records made in relation to the Contract, for five (5) years after expiration or termination of the Contract. 4.14 Annual Appropriations The State's performance and obligation to pay under this contract are contingent upon an annual appropriation by the Legislature. 4.15 Renewal Upon mutual agreement, the Customer and the Contractor may renew the Contract, in whole or in part, for a period that may not exceed 3 years or the term of the contract, whichever period is longer. Any renewal shall specify the renewal price, as set forth in the solicitation response. The renewal shall be in writing and signed by both parties, and is contingent upon satisfactory performance evaluations and subject to availability of funds. 4.16 Cancellation The Department may unilaterally cancel this Contract for refusal by the service provider to comply with this section by not allowing public access to all documents, papers, letters, or other material made or received by the Contractor in conjunction with the Contract, unless the records are exempt from Article 1, section 24(a), Florida Constitution and Chapter 119.07(1), Florida Statutes ITB 20-21100000-C Agriculture and Lawn Equipment 45 I Page 4.17 Intellectual Property The parties do not anticipate that any Intellectual Property shall be developed as a result of this contract. However, any Intellectual Property developed as a result of this contract shall belong to and be the sole property of the state. This provision shall survive the termination or expiration of this contract. 4.18 Gifts The Contractor agrees that it shall not offer to give or give any gift to any State of Florida employee. This Contractor shall ensure that its sub-contractors, if any, shall comply with this provision. 4.19 Vendor Ombudsman A Vendor Ombudsman, whose duties include acting as an advocate for Bidders who may be experiencing problems in obtaining timely payment(s)from a state agency, may be contacted at (850)413-5516, or by calling the Department of Financial Services Consumer Hotline at 1-800- 342-2762. 4.20 Monitoring by the Department The Contractor shall permit all persons who are duly authorized by the Department to inspect and copy any records, papers, documents, facilities, goods, and services of the Contractor that are relevant to this Contract, and to interview clients, employees, and sub-contractor employees of the Contractor to assure the Department of satisfactory performance of the terms and conditions of this Contract. Following such review, the Department shall deliver to the Contractor a written report of its finding, and may direct the development, by the Contractor, of a corrective action plan. This provision shall not limit the Department's termination rights. 4.21 Scrutinized Company List Contractor certifies that it is not listed on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, created pursuant to section 215.473, Florida Statutes. Pursuant to section 287.135(5), Florida Statutes, Contractor agrees the Department may immediately terminate this contract for cause if the Contractor is found to have submitted a false certification or if Contractor is placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List during the term of the Contract. 4.22 Business Review Meetings The Department reserves the right to schedule business review meetings as frequently as necessary. The Department shall provide the format for the Contractor's agenda. Prior to the meeting, the Contractor shall submit the completed agenda to the Department for review and acceptance. The Contractor shall address the agenda items and any of the Department's additional concerns at the meeting. Failure to comply with this section may result in the Contract being found in default and termination of the Contract by the Department or nonrenewal of the Contract. 4.23 E-Verify Pursuant to State of Florida Executive Order Number 11-116, Contractor is required to utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment of all new employees hired by the Contractor during the Contract term. Also, Contractor shall include in related subcontracts a requirement that sub-contractors performing work or providing services ITB 20-21100000-C Agriculture and Lawn Equipment 46 I Page pursuant to the Contract utilize the E-Verify system to verify employment of all new employees hired by the sub-contractor during the Contract term. 4.24 Subcontracting The Contractor shall not subcontract, assign, or transfer any work identified under this solicitation, with the exception of those subcontractors identified in the Contractor's bid, without prior written consent of the Department. The Contractor is responsible for all work performed under the contract resulting from this solicitation. No subcontract entered into by the Contractor for performance of work required under the contract, shall in any way relieve the Contractor of any responsibility for the performance of duties under the contract. The Contractor shall assure that all tasks related to the subcontract are performed in accordance with the terms of the contract. The Department supports diversity in its Procurement Program and requests that all subcontracting opportunities afforded by this solicitation enthusiastically embrace diversity. The award of subcontracts should reflect the full diversity of the citizens of the State of Florida. Contractor can contact the Office of Supplier Diversity at (850)487-0915 for information on minority bidders who may be considered for subcontracting opportunities. 4.25 Performance Qualifications The Department reserves the right to investigate or inspect at any time whether the product, qualifications, or facilities offered by Contractor meet the Contract requirements. Contractor shall at all times during the Contract term remain responsive and responsible. In determining Contractor's responsibility as a Contractor, the agency shall consider all information or evidence which is gathered or comes to the attention of the agency which demonstrates the Contractor's capability to fully satisfy the requirements of the solicitation and the contract. Contractor shall be prepared, if requested by the Department, to present evidence of experience, ability, and financial standing, as well as a statement as to plant, machinery, and capacity of the Contractor for the production, distribution, and servicing of the equipment bid. If the Department determines that the conditions of the solicitation documents are not complied with, or that the equipment or parts proposed to be furnished does not meet the specified requirements, or that the qualifications, financial standing, or facilities are not satisfactory, or that performance is untimely, the Department may reject the response or terminate the Contract. Contractor may be disqualified from receiving awards if Contractor or anyone in Contractor's employment, has previously failed to perform satisfactorily in connection with public bidding or contracts. This paragraph shall not mean or imply that it is obligatory upon the Department to make an investigation either before or after award of the Contract, but should the Department elect to do so, Contractor is not relieved from fulfilling all Contract requirements. 4.26 MyFloridaMarketPlace Transaction Fee The awarded Vendor(s)will be required to pay the required transaction fees as specified in section 14 of the PUR 1000, unless an exemption has been requested and approved prior to the award of the contract pursuant to Rule 60A-1.032 of the Florida Administrative Code. The Contractor is required to submit monthly Transaction Fee Reports in electronic format. Reports are due ten (10)working days after the end of the reporting period. For information on how to submit Transaction Fee Reports online, please reference the detailed fee reporting instructions and Vendor training presentations available online on the MFMP website: ITB 20-21100000-C Agriculture and Lawn Equipment 47 I Page MFMP Transaction Fee and Reporting. Assistance is also available with the Transaction Fee Reporting System from the MFMP Customer Service Desk at the email address hyperlink: MFMP Customer Service Desk Email, or telephone 866-FLA-EPRO (866-352-3776) between the hours of 8:00 AM to 5:30 PM Eastern Time. 4.27 Contract Reporting 4.27.1 Contract Quarterly Sales Report (Contract Deliverable) The Contractor agrees to submit a Quarterly Sales Report (Attachment B) on a quarterly basis to the DMS Contract Manager. Initiation and submission of the Quarterly Report is the responsibility of the Contractor without prompting or notification from the DMS Contract Manager. A quarterly report is required even if Contractor has zero sales to report for that quarter. Quarterly Reporting periods should coincide with the contract term and should begin the quarter following contract execution. Reports are due ten (10)working days after the end of the reporting period. 4.27.2 Savings / Price Reductions (Attachment E) Contractor shall submit one (1) accurately completed Savings/ Price Reductions form (Attachment E) with their Response containing the required savings information for each UNSPSC Code with associated Related Services offered and a method(s)for the Department to verify the savings information provided. The Savings/ Price Reductions form shall not be used to determine award, only to verify the Savings/ Price Reductions being offered. The Savings / Price Reductions form shall be submitted to the Department per section 2.3.4.5 of the solicitation. Failure to provide the Savings/ Price Reductions form with the Response may result in the Contractor being deemed non-responsive. 4.27.3 Transaction Fee Reports The Bidder is required to submit monthly Transaction Fee Reports in electronic format. Reports are due ten (10) working days after the end of the reporting period. For information on how to submit Transaction Fee Reports online, please reference the detailed fee reporting instructions and Bidder training presentations available online at the Transaction Fee Reporting and Bidder Training subsections under Bidders on the MFMP website: MFMP Transaction Fee and Reporting. Assistance is also available with the Transaction Fee Reporting System from the MFMP Customer Service Desk at the email address hyperlink: MFMP Customer Service Desk Email, or telephone 866-FLA-EPRO (866-352-3776) between the hours of 8:00 AM to 5:30 PM Eastern Time. 4.27.4 Diversity Reporting The State of Florida is committed to supporting its diverse business industry and population through ensuring participation by minority, women, and veteran owned business enterprises in the economic life of the State. The State of Florida Mentor Protégé Program connects minority-, women-, and veteran business enterprises with private corporations for business development mentoring. We strongly encourage firms doing business with the State of Florida to consider this initiative. For more information on the Mentor Protégé Program, please contact the Office of Supplier Diversity at(850) 487-0915 or email: osdhelp(a�dms.myflorida.com. ITB 20-21100000-C Agriculture and Lawn Equipment 48 I Page Upon request, the Contractor shall report to the Department, spend with certified and other minority business enterprises. These reports shall include the period covered, the name, minority code and Federal Employer Identification Number of each minority Bidder utilized during the period, Commodities and services provided by the minority business enterprise, and the amount paid to each minority Bidder on behalf of each purchasing agency ordering under the terms of this Contract. 4.27.5 Preferred Pricing Affidavit Requirement The Department shall provide the Preferred Pricing Affidavit, (Attachment D), for completion by an authorized representative of the Contractor attesting that the Contractor is in compliance with the preferred pricing provision in section 4(b) of the PUR 1000 form. The Contractor agrees to submit to the Department, at least annually, the completed Preferred Pricing Affidavit. 4.28 Contract Termination The Department may terminate the Contract if the Contractor: 1.)fails to comply with all terms and conditions of this Contract; 2.)fails to produce each deliverable within the time specified by the Contract; or, 3.)fails to abide by any statutory, regulatory, or licensing requirement. Rule 60A- 1.006(3), Florida Administrative Code, governs the procedure and consequences for default. The rights and remedies of the Department in this clause are in addition to any other rights and remedies provided by law or under the Contract. Upon receipt of notice of termination, the Contractor shall, unless the notice directs otherwise, immediately discontinue all activities authorized hereunder. The Contractor shall not be entitled to recover any cancellation charges or lost profits. (Reference section 4.4, Financial Consequences) 4.29 Force Majeure Except for the payment of money due, neither party shall be deemed in breach or default of this Contract in the event that either party fails to perform pursuant to the terms and conditions of the Contract and the failure is caused by, or is in connection with, force majeure. The party suspending performance shall give prompt notice to the other party and shall attempt to cure promptly the cause for such suspension. Upon cessation of the cause for suspension, performance shall resume (or commence) as soon as reasonably practicable, unless otherwise agreed to by the parties. Notwithstanding any other provision of this contract the parties agree that the settlement of strikes, lockouts or other industrial disturbances shall be entirely within the discretion of the particular party involved. For purposes of this Contract, the term "force majeure" shall mean acts or events beyond the control of the parties, including, but not limited to, acts of God, strikes, lockouts, or other industrial disturbances, riots, epidemics, landslides, floods, fires, washouts, arrests and restraints, civil disturbances, explosions, breakage of or accidents to pipe lines, failure of equipment or, compliance with acts, orders, regulations or requests of any federal, state or local governmental authority, whether or not of the same class or kind, reasonably beyond the control of either party and which, by exercise of due diligence, such party is unable to overcome. In the event a force majeure condition exists, or the potential exists for such condition, the Contractor shall inform the Department of the problem at the earliest practical time and present a plan for return to normal service. ITB 20-21100000-C Agriculture and Lawn Equipment 49 Page 4.30 Additional Provisions The provisions of paragraphs 287.058(1)(a) and (b), Florida Statutes, are hereby incorporated by reference. 4.31 Alternate Responses Contractor may not submit more than one bid for each listed Manufacturer or Brand Name per UNSPSC Code (including associated MSRP Discount, Related Services Prices, MSRP Date, etc.). The Department seeks each Contractor's single-best Response by Manufacturer or Brand Name per Group or Sub Group line number. Balance of page intentionally left blank ITB 20-21100000-C Agriculture and Lawn Equipment 50 I Page Section 5 Attachments Attachment A Price Sheet (section 2.3.3) Attachment B Quarterly Sales Report (section 4.28.1) Attachment C State of Florida Drug-Free Workplace Certification (section 2.3.4.3) Attachment D Preferred Pricing Affidavit (section 2.3.4.4) Attachment E Savings/Price Reduction Form (section 2.3.4.5) Attachment F Vendor Information Form (section 2.3.1) Attachment G Timeline (section 1.6) Attachment H Sample Price Update Form (section 4.7) Attachment I Acknowledgement of Order Form (section 3.10) Attachment J MSRP Certification (section 2.6) ITB 20-21100000-C Agriculture and Lawn Equipment 51 1 Page