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