HomeMy WebLinkAboutItem #03 Approval of 4-Year Lease-Purchase
.
AGENDA ITEM COVER SHEET
Meeting Date: December 18, 2007
Item # '3
Contact Name:
Contact Number:
Joyce Tolbert
1516
Reviewed By:
Department Director:
City Manager:
Subject: Approval of 4-Year lease-Purchase of New Equipment and Police Vehicles for FY 108
Background Summary:
The budget for Fiscal Year 07/08 includes the lease-purchase of new and replacement police vehicles and other
equipment. The Florida Sheriffs Association (FSA) & Florida Association of CountieslFlorida Fire Chiefs
Association and other governmental agency bids were reviewed for the best pricing based on factors such as price
and options available.
Issue:
Authorization is needed to piggyback the respective contracts for the items listed. It is the intent of Staff to
.nsolidate the financing for the vehicles and equipment being purchased in order to realize a savings on the
terest rate. This lease-purchase agreement is for four (4) years at an interest rate of 3.58%.
Recommendations
Staff recommends that the City Commission:
1) Approve piggybacking on the Florida Sheriffs Association & Florida Association of Counties contract for
the listed vehicles and equipment;
2) Approve piggybacking on the City of Fort Myers contract for the equipment listed; and
3) Authorize staff to secure financing through Suntrust Bank for the vehicles listed, and authorize the Mayor,
City Clerk, and Staff to execute the Lease-Purchase Agreement Schedule No. 12 and related documents for
the amount of $234,860.00.
Attachments:
1. Consolidated List of vehicles to be leased/purchased.
2. Fort Myers Bid/Contract
3. FSA Bid PD Vehicles
4. FSA Bid Dump Truck
5. PD Vehicle Equip Quote
Financial Impact:
The 4-year financing of $234,860.00 through Suntrust Bank at an interest rate of 3 .58%, which will be Schedule
No. 12 to the existing Master-Lease Agreement, to close on or before December 31, 2007.
. Type of Item: (please marl< wdh an "x"J
Public Hearing
Ordinance First Reading
Ordinance Second Reading
For Clerk's Deaf Use:
_____ Consent Agenda
_____ Public Hearing
Resolution
~ Commission Approval
Discussion & Direction
Regular Agenda
_ Original Document/Contract Attached for Execution by City Clerk
~ Original Document/Contract Held by Department for Execution
Reviewed by City Attorney
Reviewed by Finance Dept.
Reviewed by ( )
.
.
~~tJ-
N/A
N/A
N/A
2
. Mayor
. Scott Vandergrift
City Manager
Robert Frank
Commissioners
Gary Hood. District 1
Scott Anderson. District 2
Rusty Johnson. District 3
Joel Keller. District 4
STAFF REPORT
FROM:
The Honorable Mayor and City Commissioners
Joyce Tolbert, Purchasing Age~
December 11, 2007
TO:
DATE:
RE:
Approval of 4-Year lease-Purchase of New Equipment and Police Vehicles for FY
07/08
ISSUE:
The budget for Fiscal Year 07/08 includes the lease-purchase of new and replacement police vehicles and other
euipment. Authorization is needed to piggyback the FSA contract and the City of Fort Myers contracts for the
ms listed. It is the intent of Staff to consolidate the financing for the vehicles and equipment being purchased
in order to realize a savings on the interest rate. This lease-purchase agreement is for four (4) years at an interest
rate of 3.58%.
BACKGROUND & DISCUSSION:
The Florida Sheriffs Association (FSA) & Florida Association of CountieslFlorida Fire Chiefs Association
bids were reviewed for the best pricing on the vehicles based on factors such as price and options available. The
City of Ocoee participates each year in the FSA co-op bid, and the bid encompasses dealerships in the Western,
Northern, Central, and Southern parts of the State of Florida. The FSA and Fort Myers contract is attached along
with the quote for the police vehicle equipment.
The consolidated list of vehicles and equipment to be financed is attached. The total cost for the vehicles
requiring financing approval is $234,860 at an interest rate of 3.58% through Suntrust Bank.
.
CITY OF OCOEE
POLICE VEHICLES & OTHER EQUIPMENT LEASEIPURCHASE
FISCAL YEAR 07/08
Police
2008 Ford Crown Victoria
White, additional options per dealer
and shop manual
20,723 20,723
Police
2008 Ford Crown Victoria
White, additional options per dealer
20,363 61,089
3
Police
Equipment for Ford Crown Victorias 4
Light bars, sirens, partition cage, emitter, etc.
4,885 19,540
Public Works/
Sanitation
2008 Sterling Acterra Claw Truck
103,210 103,210
Utilities/
Wastewater
2008 Ford F-350, Diesel Engine
with 2 yard Dump, Dump Truck
30,298 30,298
FL Sheriff's Assn.
& FL Assn of Counties
& FL Fire Chiefs Coop. Bid
07-15-0827
FL Sheriff's Assn.
& FL Assn of Counties
& FL Fire Chiefs Coop. Bid
07-15-0827
Quotes received by Public WorkslFleet
Piggyback City of Fort Myers
20-06-07
FL Sheriff's Assn.
& FL Assn of Counties
& Fl Fire Chiefs Coop. Bid
06-14-0821
.
.
.
.
.
.
L
Tolbert, Joyce
From:
Sent:
To:
Cc:
Subject:
Simmons, Bill
Tuesday, December 11, 2007 4:23 PM
Tolbert, Joyce
Brosonski, Pam
Money transfers
Joyce the Police dept. will be moving $5,250 from 001-521-004908 to cover their cost short falls on the police
cruisers. As soon as I hear back from Utilities they will be moving $300. from somewhere to cover there cost.
Arctic Friends, Cloudeight Internet QuickNotes XIX
Page 1 of:
Tolbert, Joyce
.rom: Wright, Miranda
Sent: Wednesday, December 12, 20077:12 AM
To: Tolbert, Joyce; Simmons, Bill
Cc: Smith, Charles; Lengyel, Ken
Subject: RE: Dump Truck Finance Charges
Bill -
Since Pam would like to take the $300 from Wastewater, please charge
accou nt 401-535-00-5202.
Thank you!
Miranda
From: Tolbert, Joyce
Sent: Tuesday, December 11, 2007 5:28 PM
To: Simmons, Bill
Cc: Wright, Miranda
Subject: RE: Dump Truck Finance Charges
.
Pam said the account should be WASTEWATER, Please change and re-submit.
From: Simmons, Bill
Sent: Tuesday, December 11, 20074:39 PM
To: Tolbert, Joyce
Subject: FW: Dump Truck Finance Charges
-----Original Message-----
From: Wright, Miranda
Sent: Tuesday, December 11, 2007 4:38 PM
To: Simmons, Bill
Cc: Smith" Charles
Subject: Dump Truck Finance Charges
Bill-
I spoke to Pam in Finance and she told me to let you know that you can
take the $300 for the dump truck financing out of account 401-533-00-
5202. Let me know if you have any questions.
Thank you!
.
:Miranda. Wriglit
Administrative Assistant
Utilities Department
1800 A.D. Mims Road
12/12/2007
'---
.
.
.
~4/~q/~~~/ ~L:L~ ~60~0B~000~~~~~6B66~
HE I t-.lTZELMANS
Heintzelmans Truck Center
Sterling and Western Star Trucks
2424 John Young Parkway
Orlando, Fl. '32804
407-298-1000 ext. 126
407-292-3550 fax
407..509-6651 cell
To: Mr. Mark pargeon
City of Ocoee
c4 fA) ~
Regarding... .;(l?iggYJ~El.9.k: fQr:~,2008:,Ster/ing'ActiliTa;,with~ad?eterson
..' . 1- - ,..,_,"~ ":,+ '" ::: .:0:,.:"\ I; .;;<.~....i~-' .\",' ;~,~"'t.:..: ':,:i..~...}t'::~<i-'~ :,"~,.. - ." ".p' :;> . " '.. ";' '. . .'"
TJ;3:"[;lgnthmg, L6aqe'[/T':,:
Date 4-25-07
Heintzelmans Truck Center fnc authorizes the City of Ocoee
to piggyback the City of Fort Myers purchase order number
0918-000017 in the amount of $103210.00 (one hundred three
thousand two hundred ten dollars) for the attached Sterling
Acterra and Peterson Industries Lightning Loader
'"b
,{)
Thank You,
~~
Bob Scharpnick
'),0
l{j)\
\
PAGE 01/63
.
.
.
~q/~qf~~~( ~L:L~
~~~~~~~~~~BB~06~eee6
ftINTZELMANS
PAGE 02/\33
Prepared for:
PUle-nailing Department
C~y of Fort My.r'
Purcnasing Division
1820 Hanllry Sf
1'0/\ M.YlII'. FL 33902-2443
Phone: 239.332<6301
Pl1lpllnrd by:
Robel'! Scharpnlck
HEINTZEUAAN'S TRUCK CENTER.
INC.
2424 JOH~J YOUNG MRKWAV
ORl..A.NOO, FL 32804
QUOTATION
o$r~~U!t.t(f~~~R~~~;~~~i!~.:" .
seT BA.CK AXLI: - TRUCK
MBEQOCJ.-230 T.2l230 HP@22ooRPM. 2500 GOV. 820
lB/F'T @ 1200 RPU
ALLISON 3500 RDS AUTOMATIC TRANSMISSION WITH
PTO P~OVISION
RS-23-1~ R-SERlES SINGLE REARAXf.E @J23.000.
23 ,00011 FLAT LEAF REAR SPRING SUSPENSION WITH
HELPER AND RADIUS ROO
Al'-12.0-3 12.000(1 FF1 71.5 KPI/3.?4 OROP SINGlE
FRONT AXLE
12,000# TAPERLEAF FRONT SUSPENSION
106" SSC STEEl CONVENTIONAL CAB
6000MM (236") WHEElBASE
11132" X 3-112" X 10.3116" STEEL FRAME [8.73MM X
258.8WN .344" X 10.1llj 1201<81
1925MM (76"} REAR FRAME OVERHANG
_" l;;'-~J'l,~._:-:"i,,~:~.:i;:;..~.:,' ;,f.
v<'..HICLE PRICE
EXTENDED WAARANrf
DEALER INSTAUEC OPTIONS
-----~----_...__....--
CUSTOMER PRICE BEf'ORE TAX
~t~!~~;P~~~b;cYr: :('i).;:';::'~c'; ',...'
TAXES AND FEES
OTHER CHARGES
'-: ;~~ ~:/,~~:;~;.;i~~;;~:'~:,:
$
S
.:..-,.:,
: .;~;~~~~l~~~~)~~~~~;,~s~~~:~~ ~~~:'..- ~ 7~:~:;: ~.f-~;~:'~ ;'~~'~~~~': ~'S'~ ;'~.:'::' f ?{.~:r, ~ :~;~~-r :~~:~:;~:;~~:~ ~ ~::: ~,::'.~' ~~: ;~;~ ~~r' ~.~; :~ ~ ~?~:;'~~:~'1 ::f. -,:'::~. ..:
mAl>E-IN ALLOWANCE
$
ElALANCe Due
(lOCAL CURRENCY) $
t03,21 0 $
W6,42D
COMMENTS:
PrOjected delivery on _ I _ I _ provided the order It; received before _ ,_ / _'
APPROVAl.:
Please indicaie your acc~ptance of thIs quotstlOi'\ by Signing below:
Customer: X
Oale:_ __
Application Version 6.1.120
Dala Va~o" F>;tL-32G.009
City of Fort Myertl 20-06-07
~~':;3J
STERLING
PagG 1 01 1
04118/20079:25 AM
'r"Ul:ICS
~4IL~/L~~1 ~L:L~
~~~~~~~~~~~~~~~~~~~~
H::. i N I L~LMAN:>
r'Al:il:::. 113/113
.
Received Event (Event Succeeded)
Date: 4/1612007
Pages: 1
Sender. 2393320593
Fax Number.
Tillie:
Duration:
Company:
Subject:
9:30 AM
o min 46 see
Type:
Fax
, ''''''~~i ltJ/ti'U'UI Uts Ju"',:^,~""~~i;~4~U~'~::S'
..~.:.i ',,"'r';";t ri rt~" '~UK-::"'~~ 1"'~" -...
...... HIi".';,;.',
~
City of Fort Myers
Purchaing DIvision
p .0. Bo~ 2443
fort MyorA, FL 33902.2443
(239)332-6301
~,/,
PURCHASE ORDER
r ~~~~, f Q~l~ 1
~, ......... ....NIr.......
_TO:: SANflAnON. HOAT. REMOV,t,L
4200 DR UAImtl LUTHER
I(1NG JR BLVD
FORT MYeRS, Fl. 33IOS
V'iiNOOR: 00I!822
HEINTZELMAN'S TRUOK CENiER.INC
'-424 JOHN youNG Pf'l{~AV
ORI.ANDO. Fl 32804
C_c1 N.,
T.....: 3010/0 T_
RoQ.. DDL DtIID:
11"11I" II*: RloQUI'" _ t'~ ClftlJllUll5 _ m Cow.
"""'"- ..""""_ Qrllw NunIInr ... Inv__
~ta, ...-~......... PA _!2t"
FoIl ~ I'L. J3IR.ut7 ...... Wl\3D470
...... "'..~ 001I019.
~..- COLLEEN QlIDOEN
I>llClMtto: 1230\ 332~
F___........ _ "-"_15K
_~I.D.- S_t
c-......"....~- -~
.
2.00 ~ c....., StIi'IIIllI AlQrra
Dump aady; P&IlINlIlllnd. 'N2Oall
KftIddlllll/:Itw. ~MlIlnd. TUi
0Dlll sa1 m.oo
Rut &tn:IIlo Iloht . SlIZ.no
BIIdl up WlIIl'IIng; crevtce - ll'lchlded
IHdI: 141 ~d1ta a IllOnItOr . $810.00
n" _. C43T 110
0U1rlgger W1ImInf11\OJ1t & .8Udlble 8IIlmt
16111.00
.....,..... Benz IIftgiM . $1.,5.00
~ hGm$ . 182.00
I\lIlo lIlr br8e dnIIII.yalBm -ltSOt.OO
WI".1Iflty 5/150 enlJlnG
10a,2,a.1XlOG
208,.&20.00
We.~,~ to eccopl ~ ptll~llof
in lIDllQIt/..,.., wilh tile COI'!dl1f_ and
all<<ll/lc:aOOlla -**-' In BId
M;2().O&.07. FIIllI'It EIllt l.otlder. Sfde
LaDor Trude: Honlc:IllIlnI TlVdI; Roll
Off TnIClIl and RaorfBm.. lalder TnK*
.fcK .... CIty tJI Fan. MyMa
__._J
n71
~
-,9-007
~
,,- COlLfp' &U II
e... CITY " FT. "'YEll
...,..: 4
.'A!: Z3t-33f-0513
The ...... Ihd hold h........ "lid ~ U. (:lly of For! ... llIIllll.I eplII& _......... ftonlalllUb_
.llIIona,lnGludint '-"1/8' fa6a .... .,_ of 1iIIQoiIiDa"""" ~ Olt~ _ 1M MOIlIIIIon .,_ oIA 01 or
'rl(IlcMftllIIlll ... ~ of.... """"""*"1110II< poofDrmood. .
TN. poWlIIoIl...... toIIl6 plIlI'tjlln III ~ ~ __ ....,.. eI!y brt ft,.... aft'" """*' """""""'. any
_,__, or ...... dlftoclIy or intllt6e1ly BMllIOJoHIlV any oIlllam.
T1Ia __lIbItIdOn _r lNt ___ ~1lIIiI1 n6t lie Inlhoct '" IIIIY'MW by tile ag...... _ __ pra ..
..._ 10111I11 conlrllel "1M ____.Ilmft tIf, .. .. If. ~ "0_ pIIlIllcIIDft,
ItJlm)TAL
TAll;
I'UICItfT
TOTAL
0.00
0.00
206.~O.DO
I Tl\1t PO IIlIIllIl6rIolUST ICII*1' Ol' III~..~. - -~ C1ID&.
At oldeni ".0,8. __ unlaIlI ClfI1erw8e not..
,.,.. al\8llfAlIllB)' bIi ........t.. IIoIt ........_ .... _at 1M PIIraItloIIftp 0Iwl0itln.
C.O.O.1IhiIlmenla 11III1101 tit '__.lId"" De rallllllld It_ VHIIDfIflIl_........
~ City /If FOIl ~ _. \101 rIthf II> .......Itdo ..... trf anr 1Nll1lMOf. """out~. It
""1Io,wjr ..nlll__",-. I. -.eo.lltW II\I~ 1I111l1--,
. \IIINrXlA COPY
~~~
1
.
.
.
.
113/15/2067 67:12 eeeeeeeeeeeeeeeeeeee
f-EINTZELMANS
PAGE 131/14
Hei tzelman's Truck Center
Sterli 'g & Western Star Trucks
2424 Joh" Young Parkway
Orlando, Fl. 32804
Watts 8(}()..43J..0811
407-298-1000 ext. 126
Fax 407 292-3550
Cell 407 509-6651
h charpnick@)relntzt!/mans.com
1Ww.truckstruckstrucks.com
From Bob Schar nick
To:
Date: 10 -11'"
# of pages
Fax number:
Message:
Thanks,
?>>oc.
. ~.-C S ;J.
Sh&<.rt.
&.6
ft.
.
16/15/2607 07:12 aeeeeeeeeeeeeeeeeeee
Received Event (Event Succoeded)
Date: 4/1812007
. Pages: 1
Sender. 23J3320593
Fax Numb.r:
Type: Fax
.
.
rEINTZELMANS
PAGE
Tim.:
Duration:
Company:
Subject:
9:30 AM
o mln 413 see
,.... VI';' ~ ',;i"~t;.;' ;" y'~': J~" 'r i'A'" .,~ ::;:,'.j..i~vOD
,...." .1I...~'i'i " ..~'i. "';'t.Pi;.' "O"l:';'A:;:LN'b""'"''
.............1"..;1;.11....;.....
~
of Fort Myers
..Ing Division
.0. Box 2443
rat FL 33902~2443
91332-6301
Page'"
PURCHASE ORDER
~~I
2.OCl EACH
~.....~~
't/IIIlDOR: 005922
HEJNTZELMAN'i "TRU
2424 JOHN YOlJNQ PA
ORlANDO. FL 32804
.. TO: SANrTATJON. HORT. REMOVAl
4200 M MARTIN LUTHER
K1NGJRBLVD
FORT ~s, FL 33005
COIlnOI No:
T_ 30fMl Terms
...... EMiL DtiI:
8.......... ........ _ '" 0rl8I.... ..
.......,....... Order
......110: ____
"-' I'l..
""Do: 00a079
I"lIrelIoMcI....1ll: COLLEEN ()UDDl!N
PlI-. ND: t238'l 332~
......_T............."_ ....7......,GIf
......~l.D.- --
--,........- -~
101,a,O,OOOO
208.4210.00
We_~lIO
1n.~wlIh
.~
1I2Oo(IlS.07. I'POllt aMI
l..o8c* TItIdI; H
Of Ttuat 8M RM
l'llr tile city rI FoIt
-c:aU.EB1 &f..Jt\O(II
em Df' FT.
Ph."~h .
.... .fAX: m-33f..Q!ig3
TN..... ....1lOIlI..- _lIafaIlIIN efflort..,. -' .. ...... end....... hnI.. NIl "'"
...-, ~ ....,.. ....... .. _ III .....,......,... or .ft~ _.... ........ ......... or Dr
tnIIdPtII tIt....____ Ill... ....... JIIlIoIIllIId .
SUBT01'AL
TAX
Pftl!lClNT
TOTAL
0.00
206 420.00
ThIa """"'l0oi ..... ...... ...-- \D ..., --
IIUIIoootlrelllor. Dt..,.. .... M /IIIIiIldt
TI......... ~ IdlCIII W. tIIl/ItIOft IIlIII
_111M ClIlIIftId orlM~ JIllItfl."
"-1 ... di .., -r"""""" .,... _. 00lIlNGl0t, """
.., _III' sf "'MI.
.. ImJIIllIlllMlW ~ 1M "..JIDll 0IDIIhd plIoe ..
Df.ClIIIlllIlIlItN__"-.
I'"'" PO .....:==. DII"
AI ..... F.O.8. ...............
IIll ClIlIIlII5 ~bllm.cII bt III. D"wtIhcIlII
CoOA "" toIlIlllIl bI-1Md IIlII will
'011 ClWIII I'ott ~ -... ~~
~ 10 ... ""'* -.-... ........ or
.~Ol'1M~PMIlOOI.
llIlUIlIIlIll... \IIlIdDl'I rtIk .1IIl....
IhIt anlIr .1IIIf tall lIIcftGI. wllIItlIl......lDn. .
.....,-c .. ........
III!NIlCl't CClI"Y
1
~21l4
.
.
.
18/15/2807 67:12
eeaeeeeeeeeeeeeeeeee
HEINTZELMANS
PAGE 05/14
Proposal
Bid #20-06-07, Fron End I..lladcr; Siddoader-Truc:k; HorticulturnJ Truck; Roll.QffTruc:lc
and Rear/Side Loader Truck for the City of Fort Myers
12.~" ~ 0 ~
Date submitted;
To: CiryofFonMyers
After carefully reviewing the above specific tions and conditions, I hereby propose the following:
AT ITS DIS
(2 EACH) NEW THIRlY (30) C.Y. B
COMPLETE WITH DUMP BODY AND
LECT OR REMO
TION ANY
: en K13 eJO B. f' /qS ,7 Lf '- .." To11lL
Tota! ~t
CbAni~ manu~eturer and mocleI number.
Dump body manufacturer and model numbe .J5'/G.5~~ .IrJDlASTtJE'{ f13 -~03o
Knuckleboom Loader Manuf.u;turer & Mod Number. Pvrm.sI:AJ 1:10 ltS1fJ 12) 11.. -. 3
OPTIONS;
Rear strobe light
Back up warning device
Back up video and monitor
Shut down to hydraulics system
TIU'1) cover
Outrigger warning light and audible alarm
MERCEDES-BENZ MBE%O diesel engine
Air Hom(s)
Automatic air brake drain system. ClcarDrai System or
apprOVEd equivalent (If equivalent supply Ilfacrorer)
Warranty:
Extended Warraoty llnd cost associated if app icable:
30b ."
s
3?5' UD
s I tJC 1.-.
$~IDOC
$ N/A
s 43],00
s 51'1 ,(){)
S 147~'1'
S q2.O(I
s
1509.00
Delivtry shall be F.O.B. destination Public orks Center, 4200 Dr. Martin Luther King Jr. Blvd., within I gO- 210
days after receipt oC purchase order.
45
calendar
Page: 1-52
BIDS WILL: bE OP NED: December 13,2000 @ 2:00 P.M. '
and may not be wit drawn within 90 days after $uch elate and
time
rEINTZELMANS
FAlX. \jilt 1..
16/15/2667 87:12
.
~; SUBMIT BIO TO:
Clb' of Fort Myers
Purchasing OIvi!lio
1820 Hend/)' Sire. (physical addl'8$s - nO,mall delivery)
P.O. Box 2443
Fort Myers, Fl 33
TE;LEPHONE NUMBER: (239) 332-6301
City of Fort Myers, Florida
i
\
'.,.
INVITATION TO BID
Bidder Acknowtadgment
BID NO., 20.06.07
MAILING [lATE:
pRE-BID:
TIME.
LOCATION: .
\.; ,
oalVERY DATE WILL BE~DAYS
after receipt of Purchase order ' .
REASON FOR NO BID
'.';..
~~:2~:.;:;
...f'..... .
'l
'f:'
'::.:'....:.t...
;. ,,, ~ ...
. "
. .,'1 .
.,' -..
~..~.:~':.~;. ','
~):r~':
..,' . ., . .. ,:1,', ~ J.:...
1"1'., 1"
'';'"
'. "
.,:,:".or-.
" ",
..:: .:;
':'(S:': .
:~::/;
~f~~~>
,','J,,', '.
':,~~:'{:':: ~~'l:'
I CIIIIty Nt IN$ Ill' " __ WlI/llluI _ undIlIlMdIIIO..
_M.IIllIl..MI. It pe...... I\Illml\tlflg I Ilk! k>r !he ..... tllIIl
a1l ...,..0 Iw.w...... Cll1IUlIlclII or hucI. I..,.. II>
.....", 1IlII1.,. ~ III .....llId far Iha bl_ aNI
~1ftI...1II>fliIaft 1OBld.~buIl1C1
........... . lilt, ... 1IIddW..... " ..... 1l1li1/ IIIe bhllS
_. 0< "".,...1eI lie CiIy II IIIl/1I1. H.n iIlIaMa III e""
lie....'*: 1ICllIu1r8 _ ". ,..,...... INs of I!Ill untecl
.....; rlltlnO,1I> 1M lIIo11eAar __ tJI .....ao
M)ln.' At.,.eayl~t4dI ~oITeIl~e_
pu~ 1OI/IOlI-..... peymMI.1D "'" bId4er. ,'. . .
<':':;.f;r.?~':'''.:.' ,,':',:'Di~:'; Thts ORIGIN'
."'_:'.:?;:~:.:.:~ i ".:':'.,.":;~",' '. BI ~ "
....' .:'.:t~.".~. ' ",:'.._~.. _:.~. '." . ~ . I . , ~ .'" '.. ," f
'S~~D BlDiifSUblnIt bid"ori~ ~ . In... SEALED OPAQUe': CdMPLEllON: ~posals will denota, If any, the 'number of caleooar
ENVFLOpe, <<l/np/ete the Infomlafion UstRd on enc:tos:8d'label and affix ~'-:da)'$ requftd for oomplelion upon receipt of award, ThiS time rtr.lY be
10 the .outside of thII envelope. and retUm' envolope to the. addl1lSS . . determining faclor In the award. . . '. .
specllled In the bidding documents on Ot before duo cb1tt.: ElICh bid or" . '. ". . .'.
i:'.',:iL: altemBW bid Sl'I8II be In . separate envelope cI Id4!tItlf.ed 8. such on-. EVALUAnoNr For PIJIP05e$ of evalutllion,' the bidder must
. the oU\Slde of .the' enveI~. All bids. are subtect 10 !he conditions spscIfIed IDENTIfY any varlan~s 110m C4Jt specificlIUan and/or conditiOM$ NO
';~'+~:';~". hei'eIn;""': "i", ".: i . .... ". 'MATTeR HOW SLIGHT. If vWtiol'l$ ere I'tot stalad In 1119 propoullt
. , ,...... '. IMd be assumed !hat the product or service fully complia \/<Aln our
.~"i':", EXECU"nON OF'.DID: Bld.must contain I anual.slgnature 'of an spacification,... .:)-
"'.:,..' . fN(horlz8cl represel'llatlve In Ihe,space provided bove: Bid. must be tYped " ., . '
'. .~" or pmted toft: . Use of erasable ink is not ~I .' AI corroctlons rn8de MISTAKES:' BidderS ere exPected to examine the speCifi08lionS,
by bj(fderlo hi&Ihet bid price must be inilialtld. delivery =cheCIuIe. priCes, and aD lnstrUetion$ pet1ainil'lg to supplies
. ,. ",' , and sorvIces. Failure to do so '1.11 b& at fie b1dder'S'riSk..,. .
NO BID: If nat'iubmllling a bId~'respond liyre . rrlino' this page:w11h the. . .
Infoft1l&lion .reqtiQ1ed . above, manang ~ ' lope C?I" 11:1- oUtSIde With PAYMENT: Compleled .projecl in all re$peCl$.
'. ;, " i "NO, BIO".. Repeated failure '10 bid ""lhout t justlllcatlon shell be
~ for.l'eIIlOval Of !he blddef.s-namelroin ~e ldders mam.nO list . ANNUAL APPROPRfATIONS: The City's performallCCl and obligation
':',.'; . ,",,;, ", ""',.. . 1,' to pay under 1hIs contrac.t is contingent upon an annual appropri8Uon
BID' OPEN1N~ Bid 'oPeniriQ sttaJl be public, Oi\' dale'snd'l/mupecified, of lunda.
. . ill. the bid. d~e~... It Is the bidder's responsi IIiIy to assUre thai. the bid
":',;. ~'~ is deliJlerBd at I/'le'proper tI",e and place.. . ,by .tel~, ,ax. or i MANUFACTURE"S NAYE & APPROVED EQUIVAlENTS:
. :';";'.;': ta!egr3!!' .~.n; N.,?! ~~bI4I!;:',,: ''':.' .' , . . ' .,. i . i' , .' . '. . . ' " A,r'f'I menulac:\ul'8's name. trad.e names,. brafld !"ames,. infDmla!iOn;
:,,;.,~" :..:,,'~.,,:',..: ,'"",':,~';:-I':.,~I..,..... ,'. ......:. .'... andIoroatalognumbers.llstedlnaspeaficaUonareforlnformabon..
g.;)jl'i\ ~~~9~~i.TERMaL.A~.~~~~ENT~ F:'ri~ c;Il;IOt ll:Iust be' prices for new :', ft!)t to.limil complllltlon... ~ bidder. may offer anY brand for..whlcI\
~::t~t,~::'m~~. '~~...~thetwf~ ~~.~fi~I'~'Any ~ ' CQIllatning-modIfyIno ,Or," heJS:he it an .uthoriad I"CIPIlKentative. ~ m88fc or _~, the ,- "
~;:,".4,,~~'C!I~" WII'.~ 'be7~icIe(ed. IIllle specifically requested In : : s:peCilicatlon for any IIl11n(s). If bids are based on e~lent prciducIs,
?:.''';, tne.'.bid, $pecificaUQrls....' DOIIvery and/or Ins nation 'will. .be F.O.S. . iNlieate on lha bid form the manufacturer's name, model number, and
. ,. Oestinetion. i=ort Myer$, Florida; . . indil::ate Boy dtIvIatlllon from the speclflcallora.
.; \
..t,
, . .;,~
.
. . ;~: ;::''-~;~1~~~f.:J:;\j;:~:~ t~~i;~~~~;ti;~;t,B :,;~::Yi:L.:;jsi;,~~,';~1i':.:},:;;'.'(;;~;,~+..:~ .:. '~.' '. . ,", .
:. '
..,., .
.'~>'f;~;\::i~'.'~~:;:J::{,D:"'i~;:"'. :.;;
':. ;'~. ".
._:':.,t;:.....
.
.
.
1~/15/28e7 67:12
6Bee86eBeBe86aaaeaee
f-EINTZELMANS
PAGE 63114
ti
"/3" n661' 'b'a" 34" FA~ "~~93'3~o~'9'a" . ." ......... "cnv'~'t..\(,{~~s 'pu~t'Hnrl,f~""" ...........,,". f;j'tio
CIII' orFort Jolyers
Bid T.\N1.~on
Bid 1/20-06-07 Fm1Il-E iIll LoIder. SIdt:IoIder T~lc; HotUOIIlmrol Truck; Il.oJl.Off'TI'\IC.k
md.~ _/Side Loader Truek 1M !lie' City ofFOtt M~
llill ~ Da\e: December 13 2006 lit 2:00 (',M.
BU;Ider: IkiutDbn~ Ii Tnu:k Center. lIIe, Palm Perctbi11 GMC Tmekl, I~.
%4%4 .111 II. V.... Pkwy. 2441 S Slate B.d 7
~ .A_ F131804 PI IMderdaIe. Ft 33311
:MCV ell.....; SmiU I AuerTa Chauls: PeteYbill 33' 2008
1I0RTICVL nJRAL n..., 1IcHIy: P ~ lad. TM2030 Dump Body: PctcnlOlllM,
TIlUCK K.e.ckl....t -...... lad. 1'LS
S97 173.00 SIJ 1.373,00
OPTIONS )!"l'f.ONS OPTIONS
30 Cv Hllrt Truck 30( " HD" TnKk. 30 Cv Hort Tn.\Clc
RCJIl' atrObe lithe no 1.00
539S.to
Back up--.
device 1IidIt4.. , FwDiIbed
Back up vade>> It.
mmUloI' 5610.00 5610.00
Shut do_ t() Ilyd,
Swt!lm NIl. F'IlrIIisJ.d
T..-p ClOVClr
$437.00 Sd 7.00
OdlriUer WII1IIt &;
IUdiWe a1atm 1519.08 Pwmshed
Mc~. Benz. aqinc
nl75.OO N/A
,Ajr botM
m.ot i'mDisbcd
AolO air brake drain
5YI tllll9.00 S&ndix AD- \ S .... drYer
1I0rt Truck Tee" 1113,210.00 $1J3.121.00
>>."., 1....110 ~1eHu dan 210-22' call1Ddar diM
AUTO 33 CY SIDE CbWla: Peterbik 320 2008
LOADER hdar. AutOmIw 2007 RlH8Ild
NoBill 1202..352.00
OPTIONS l>mONS OPTlONS
Auto Side Loader Auto 3 CYSidmLoodcr Auto 33 CY Side Loader
ValOIl1l Cltl boanl 'Well
NoBill InclucSed
Automatic ann comtlc:r
No Bid lnciuded
Eaa;iDe mp. Palm ~ctcrbilt
NoBicI
TrairWlg NaBid.
Inciud.ed.
ClI!IIr cIraiIt 5)'1le11l
No Bid ),jr Drver an Cbuaill
Video camera
lnOUIUod No Bid Included
Shllt do_lIyd.
Swtem No Bid lnltllldcd
Auto S~A. ..... Tol1ll No Bid S202.352.oo
Del"-" Daon NoBill 210.230 caleDdlr ctava
\
1
1f6o~"'"'' ..
.
.
.
16/15/2667 e7:12
66ee0B0Baee6Ela666eee
I
I-EINTZELMANS
PAGE 136/14
14.4 If these tlpecific:ation$, either in ole or in plUt, clo not meet Federal or Stare Departrllent of Transportation or OSHA
con~truction regulatory standards, shall be the bidders responsibility to upgrade the Sl>Ccificiltion$ to meet these requirement."l.
15.) S~ Contract: If applicable, the reserves the right to purchase any of the items in thi!l bid from Stille ConI:J"aCt Vendors if
the prices Ilt'C deemed lower on Sta Contract than the prices we receive in this bid.
Compliance
Yes No
SPECIFrCA TlONS FOR THIRlY (30) UBIC Y A.RD BORneUL TURAL TRUCK
16. ~:
a. Diesel engine, liquid cooler, with a m' wn of210 gross HP and 6051bs.-ft.
gross torque (per the latest issue of SAE 11 49), and II minimum displacement
of S.9L.
..;
-
..L.
-L-
b. Standard cooling system with antifreeze.
c. Dry type air cleaner with service (ratr;c
d. Engine prOtectiOll system, at a minimum, must be activated by low enldne oil pressure,
and high engine tem,;emure. Systom shan. ve II minimum, include a wanting light(s)
and derate (ramp down) feature that will re ce engine power and speed, or shut down
the ctllinc when lIt1y ofthese functlOtls c):c d oormallimits.
-L
~
e. Horizontal exhaust.
-L-
f. Shut down to warn the driver of an event at could harm the engine, or transtnission's
operation. To include a low coolant level Ii t.
...:L.
17 . Transmission:
a. Minimum 6-speed automatic transmissi with PTO opeDing(s). Allison 3000 RDS
or approved equivalent.
b. "Hot Shift" power take off (PTO) with a AE standard, keyed output !baft, Installed. To
include a dash mounted electric over hydra ic switeh and Indicator light. Chelsea 276,
Muncie CS Series or approved equivalent.
18. Electrical Svstem:
~
L
-.L
a. Miniml.lm 100 amps 12 volt alternator.
b. Batteries to bave Ii miniml.lm total of 110 CCA @Odegrees F.
19. Cha.tsis. Frame. Cab;
a. Minimum 33,000 lb. GVWR. maximum 6.000 lb. GVWR. factory certified.
b. Minimum 1,740,000 in-lb. RBM frame, ctory reinforced, if ncceS$ary.
.j
~
-L
-L-
c. Cllb.a..'de dimension of 16g.l69 inches.
d. Factory installed fuel tank(s), minimum 3 U.S. gllllons.
4
.
.
.
16/15/2e67 87:12
eeaeeeeeeaeaaeaeeaee
I-E INTZELMANS
SPECIFICA nONS FOR THIRTY (30) UBIC YARD HORTICUL TtTRAL TRUCK
e. Front tow hooks or tow pins.
f. Staru:iard front bumper.
g. Conventionn\ cab, with tilt type hood and fender RSSt'mbly.
h. Full width bench scat or individual drive seat with two man p2S$8l1ger seat.
j. Cab color: Yellow
i. Grab handle(s) for cab entry. located at h entry door and exterior grab handles
mounted 011 cab.
k. Rear cab window with Rliding tinted gl
I. AIl required lighting equipment including irectlonalsignals, light and reflectors
will be LED.
20. Axles & SUM)eOllion:
a. Minimum 35,000 lb. GVWR. factory em cd. Bid to include these additional Componenl$:
Minimum 5.9L, 210 Gross HP @ 60S lbs.- Gross Torque: minimum 6-speed ttansmisslon
with PTO openin~(s), stoel front axle and s lion. minimum 12,000 lb. GAWR and
a single speed reI!" axle and suspension. mi mum t 2,000 lb, GA WR; rear axle
ratio is to be a 6.43/6.50 (or 2400 RPM and R.PM engjnI:a, 6.83n.17 for 2600 RPM
engines, or the closest possible ratio availab that will provide a top speed ofappmximatcly
65 MPH; minimum 1,740,000 in-lb RBM me; CA dimensiOl1 of 84.85 incbe$ (vendors 10l;hcek
with body maDUf~ture for the correct' . ns): and six llR22.5, lIlbele99, ndiaJ tires with
highway tread. All olber requiremenu for th base veml;lc sball.pply.
b. Front wheel oil lubricated beatinp and 58 Is.
c. Front wheel bubs lnd rear ule shall be fi with ~tbetic IubmaDt.
d. Auxiliuy rear springs.
21. Tires &. WhteJj:
II. Tubeless radi..l ~ires with onloffhighway ad for rear only. Bid four (4) llR22.5G (I4PP..) or
larger ti~ for hi2hway use:.
b. All wheels to be one piece steel disc, 100h Ie:, 1.$.0. hub p1lol mount, 22.5 inch
diameter.
c. Front, iD5ide rear and olltside rear wheels I be fully inlerchangeable.
22. alJl..kes:
a. A.BS air brake system, minimum 13.2 cfm ir compressor.
s
PAGE 131/1<1
Compliance
Yes No
,/
..:L
..:L
1-
-L-
-L-
../
J
./
---L-
-.L
L
-:L
NO ~LJt€.
vi
J
.
.
.
18/15/2007 B7:12
eee6008eeeB00eeeeaae
I
I-EINTZELMANS
PAGE tlti/l 'I
Compliance
Yes No
SPECIFICA nONS FOR THIRTY (30) UBIC YARD HORTICULTURAL TRUCK
b. Sprina applied parking brake.
-L-
~
../
c. Automatic !\Iack adju&ters ti-ont and rear.
d. Brake dust shieldA.
e. Outboard mounted brake drums, front
without removh1g a.'de hubs).
rear, if available. (note: allows brake repair
J
-:L
f. Low air pressure warning indicator.
g. Air dryer with heater. Bendix. AD-9, AD IP, AD-IS, Wabco System Saver 1200 or cpproved
equivalent.
-L
23. Performance hen)!:
a. Factory installed speedometer; odometer, ammeter or voltmeter. fuel gallge, encine
oil pressure gauge, coolant temperature gau a, tacbometer, air pressure gauge and dash
mounted engine hour meter.
-L
-.:L
b. Power sleering.
24. SafetY Items;:
a. Dual elecn;c horns.
-L
b. Outaide mirrors, left and right side. MitT
with cortex mirrors OD both sides. Mirrors
resistance lJUIterials such as stainless steel,
Painted mirrors and brackets are not accept
to be 6 inches x 12 inches, minimum,
d bracketS shall be of rust and eolTOtive
uminum, coated metals or composite materials.
Ie.
-.L
-.::L
/
./
~
~
~-
c. Automatic adjustable volume backup ala . Must meet latest issue of SAE J994, Type B,
107cB (A). Factory or dealer installed.
d. Rain Flaps: Spluh and spray SUPPre$Sant ain flaps,l\traigbt grass type, Installed on.
heavy dUlY bangers. Faclory or dealer iDstAl . (no v=dor advcrti!ing or identification
will be permitted on rain flaps). .
e. All ace!:$.' $lepS shall be \lI!lf clellning slip etlil~I~~!~ l::raling.
f. Daytime r\Jnnin~ lights.
g. 20Ib$. Fire extinguisher
b. All requ.ired lighting eqllipment including ireetional Bi:nal!l, lipt and reflectors
will be lED.
6
.
.
.
.
.
.
10/15/2007 67:12
e00ee00e0eeeee0eeaee
I-EINTZELMANS
SPECIFICA nONS FOR THIRTY (30)
IC YARD HORTICUL ruRAL TRUCK
25. Comfon Items:
a. helOt)' in",tallcd AM-FM radio.
b. Air-c:onditioner with integral beatet and d liter. faa:;tory installed.
c. Arm rem both sides, if available; sun vis
e. Two way radio: Mororola 27 XTL SOOO
Smartnet operation; 3 DB Gain low profile tetUla; 27 control bead software; W7 control
Head; dash mown; standard palm micropho e: 10 watt audio and two (2) year e1.press
service.
26. ~:
a. Delay in warranty $tart date to allow fOf b Y illNlllltion. (Warranty to become
effecti~ when vehicle is plllced in service cr than at time of delivery).
b. Extended egrjne watTi11\ty. coverini 1000 of pans and labor for 1111 engine parts
between erlI1kshaft pulley and flywheel. Bi for a period of 60 months 1150,000
miles/6500 hOUTS. The remaining terms. oth than the ahem:. to be in accordance
with the engine manufacturer's publisbed anty this is cloSC$tto each warranty
bid. Submit two copies of the standard eng' warranty and of each special warranty
bid. Also, submit two copies of all extended ginc warranties that arc nonnaUy
available to commercial cw:tomcI'I. and erciallilrt prices for same.
c. MERCEDES-BENZ MBE900 dief.;el engi e in lieu of the engine ptOvidcd in tfJl.
the base trUCk. ~
d. Air Hom(s).
e. Automatic air brake drain system. Clelll' . System or approved equivalent.
f. Shut down to warn the driver of an event l could harm tbe hydraulics opcnltion.
g. Video camera mounted high on tail gate. 6" monitor mounted in cab to provide easy
viewing by operator. State make. model and arrant)' in bid Video shall be Intcc 9300 or
approved equivalent.
7
18/15/26e7 67:12
eeeeBe6eeee8666e6aee
I
HE INTZELMANS
o~:nO ~o l7.m 1:.!.' 1.2006
, ~ "6
~"~.1;"6.&1)~~
SPr.crFICA TlONS MODEL TW. GBT1NG LOADER:"
(ZO-FDOT XNUCJCLDOOM LOAD OR A.PPJlOVJ2) EQUlVALEN'1'
FOR TIDRTY (31) CUBIC YARD B JtTlctlLTIJR...U" TRUCK
27. lalYl~
a. To be IlI\ ope Kame type to aJJo1ll' . w:ader I'CI*IM load dIocb. Total height
IIOt to ac:cccl7 ll=et from molllltJq pIaIe lOp of pccScIIaIImaiA boom COlIDCCiioa point.
b. Swiftl pOGlIO be .;.gIe pi_ biBb gth IOHd .tM1 (A.S'Thl4141O) ~ izt
(ASTM-cHO%O-8t) NylatroD betIriQp.
Co Boom ~ to be aceoJl.'.PUsW by direct drivl270 dq;ree b)'llnulic rotat)'
1GCI)I'IOr, model HA.36, widt It ~ 1Otquo ndiD& 01'72,000 iDcb poaads. this
rota!)' a(ll8lltllil' e\imiDalleS lba ... for type DC.. tedwlboll, tbereby dillaillJdq
tbo meral-IHDetal nar tbuad ill .... rotatlmJ.
28. BOIIIIII~
L MaiD hOOOI \l) bo c;omprisad DCl'IIIO ". ... " 3/1" thick lritb teasik Peel tubet CODDCCtc4
lO MGtt 0lIla" _y at rhdr CllIIter 1_ 0 . Pock ~ tleldIlc actiots of'1:bc
boem.
29.
a. Boom relCb it mellftlftd ftom dI. Oell
Lift ~ n:6cct 1RlI' paylO*d (Ine
Iboft do 1101 exceed U% ot'IIChicle Iipp
A Sud 20' boom iJ DOt acceptable.
oi rotlIIioll to lItl ClIDter of tho bucktc.
. die weiJht oftha 1M:bt). Capacities
ID/nnent. Booa:l 10 be 1&' with It 4' ~ioD.
30. 9~". _..........~
L BoODI oomoctioD poior. mtlIt 118
a 2 inch bolt '<<lith cuccJJ&tlId. J1.l1t to
3 t. Tnllh bdclalt:
a. To ~ special allDir:ipll truh ~.
The bucbt.. be clJ'&bSc otGmJtiJiaollt
Buekt:t J"ObliOD ID be eceoq,lUbed by .
with 04.500 iaclt poUDds ~ue ftliD&.
willi n:plGceblc.ll)'lmm btIstziDp tIld
~ oflll8 tfldpeClkm pi"8tpoblt.
~ by . liDP doabloctifta aytiNlcr.
ratioa with DO IICIld tor pIIysicalllClpl.
. IOCatilHllmcblr l:DOfOt. mocIal ItS
b. The buc:b:llllUll iDcorporalC:
b.t A ,eWll (7) fAIlle IIIIOOtA _01 c
b.2 A mhlhDum of S ribs per .ide 10
It.l.A tnIDIple JUI in Ihc;eater fortin
8
14
~;
PAGE 09/14
Compliance
Yes No
./
...L
-L-
...;L
.:L
./
.J }rfJ
J'
L...
/l~
-.:L
_J ~\b
PAGE 16/14
CompUlUlea
Yes No
L
~
L
/
-
/
/
/
L
-5-
.
.
.
1e/lSl2B07 67:12
aeeeeeeeeaeBeeeeeaae
HEIHTZELMANS
1)-\ 01: 10 P m 1 ~ , 1.~(\II{i
1163+1;'16 'GI14-1
PAGE llll.:!
I" f1R
CompUuu
Y.. ND
SpECUiCA.TIONS MODEL TJ.,.3 It G LOADD*
(%U'00'l' 'kNUClCLDOOM LOAD ) OR Al"PROVD EQ'01V ALENT
~a THJR1Y (30) CUBIC Y,uQ) 80 ~URAL T1l11CK
c. 1be bucbt mast be" 1iel10lll 'Ntlh ID pcB.ndth or S fCct betweoIl. pic:bap Willa.
ThaIe hI'" mast he W&h ~ IleeI rhat ima a MIIIISC CIIl"ftl ill
the ,lolled posi~ to be~ 1""- ''IcAIp ad digID& of.... lawn.. No ~ie
hOf,et 011 eylmdm belmvbllckeUDUdDr.
31. ro~ -*'":
.. T D be lraaaoniuiolllDCl1IIUOd JlO'W<< off c;oapkd ditecdy to tbe Ia)'drauUc pump
(no dri\le iibafb).
/
L
. dle p)'MlI' IOUlClt _ be . "bDc sIUtr'
rht PrO ~ the lI'DCk .. p1lced \lick III
piiiaIbfHty of cfIIIIla&e to die
open... cIrlns tile wbIde wiIb Ibc no
o!1TO ",(111 DO JDlSblDI or JriDdlDa
b. Por veIIicIeI with. arom. VIIIIIBJ
no. "Bot SbI1f1wtoalllic:a11y .
antral (readyfDr~~.
~ IlMlfOIICPtI tIlatcouJcl remit if
in .... Alao 1)~ for RIIOoth
of .-.
Co Must be eqa.lppecI with ID o....apced D~l..~ tbe apse CWsel me
~ bid to avC1hc:al, o.lI)eed I pnIYIIUIS dlmap 1ll1llliJle. .bydr.tulil:
~.1Ild IDIJM J)'SfnI COIllpClllllDU - It liom ~ lbe ~
'"
33. ~ic~:
-L
L
1
L
i
z
L
.. ReMrvoir: 40 plloa Il1lDJatum bdW
vtl'YCS b'CUY ~ ~ I.IiPI
34. kJ'JindtJrr.
.. MIia boOm: ,. x 3:t' wid! D 2 K" sbat..
-.lib suedoa lIIld rctlUD Jlt.... .. CUfDff
9itb a tIsenDome&er ad veat fi1tet.
b. Tl.1t boom; SM :it U" -..if!; II 2 ~. s=a
c:. Tip .maras;Oft: 2" x "8" with. 1114"
cL 15udcIet: 4U % 12. wkh. 2"1baft
35. ~trol Vlllveal
.. G<<nIl tt:lck type.-ill pM ~ier..
36. 5.&tv IncHn. val".&:
/
-
L
a. JD;caDe4 on boomI aM oulriaCt
of. bydrall1ic: bolo f1IPturL
to prev=t link dOWIl or collapse ill cUO
37. b!m2:
.. SiIlCle ~~ dleIrtna '.20 at
eQUivalc:aI.
9
15
.
.
.
I-EINTZELMANS
16/15/2607 67:12
6000000006000eeeeeee
M:Ol:J8I',m 1?,.'1.?,006
f1li3 '676"611111\
SPECIFlCAtJONt MOI>EL 'I1,..J
(1&-FOOT ICHUCKLDOOM LO;.))
FOR ..JDa'IY PO) cmJJC y AllJ) H
U. Corutw;1Ql'8:
a. K_vy wal1lU'oiDc 16,000 ~
bOHll. "',000 ph,
)9. ~
a. Maill reUefse! at 2,400 pd ,..-'........
40. A&litioftllJ.:
L luteD pr4ot~dmce IMII'
operator.
.(1. ~..-I;
PAl:it:. 1 'LI 1"
I ~ 1111'
CC>1Ilp1/.aDee
Yes No
G LOAD1:R'"
OR APPROVED EQUIV AYZNT
TtlRAL TlU1C1C
bum IlSICI hip teasilc stDe1 wire bnided
L
L
II. To be III aulDlllallc b,ydrII1Uc p~ trUdc eDCiM t;(JDtlol at e1eGlmllfo
rw~1l ~ CODIFOl dud CiveI'" eecme t'pm ilrh)tdreu1ic operHioll.
(Maltirmrm 1000 JlPM)
41. p.-ntor caatftlk:
L Du.l CODU'oIA: crmII'ol p1atf'DGD to be 1
u the top at die II'UGIc hmo to ana. op ICCca hJJI the tnIc:t: cab 'lrirhout net
bavIq 10 aoueb the poaad. nil prcmlita oporIlDt ~ 1helUpelC __ ofvisihiHr)>
telali... to lhe ID8blrlab hdq picbcllIp. II8cIo .. of ooatrol \'IIWlII to be 1IIlJIIl:I1Cld II
the d\jd.poIIlt of'loIder. with couavI IelleJdbIe hm the OJHDIOI' pWfbrm
OIl.itber lido of t1Ie tnIIlk. CoDtIol hudIe d8I1l alIIIt be !be __ DIlIlolh '*' of die
\nick. .... "pip ItlUl" acrrated steOl ~ iI_lvdecIfbr nIer opcnror ~
MiDlmum IS" walle Il1rGuIb feature (..... pl~.
43. QdlJl~.tab;lizcn:
'e hole. wbk:b .. ecpllted 10 die
-L'
L
L'
a. 0uuiaFr1O be COIIIlnIc*d with II y~ 1Cl~ ~
lUbiDt to prova side Ioacfin; IrId bcodm, r cyJiOlkr I!IIf1s,. OIIu1aetl to be equipped
......latae I'Fd J*! to miIiimi2t dilute JUNt. 0UIftCIet IIl1JSlI.CIcIcope 0IIt Dd. <<own.
o.Ild stabW=.~ to be Po by cwo b)'dra1dic ~ 'Dlc~
that ICCOlDPtiah thiI ~ IDlMlIIJODt b. ecpIhtod by II)'Iau'oo balldDp IIIl all lour
&ldcs to prmml mc~JOo.w war IDd .t,", . puw ~ for peue. Dowmnrd
~ to b. ~ by t9I'O IlydtaUc liDdera.
44. . Jooddinlmal:
.. S.fetyperti ad ~ mItILI1ls alto .
upoD deliwty.
L
L
10
16
.
.
.
10/15/2e07 87:12
eaeeeeeeeeee60eeeeae
rE:INTZELMANS
1J6)"67li'';flU
U4,O',OBIl.m, 12.".2005
PAGE 13/14
17 /16/
Compliulcc
Vel No
, sPECIFICATIONS MODIi:I,. ~3 GII'l'DIG LOADUot
(:10-FOOT kNlJCKLI.'8OOM LOA.>> OR API'ItO'VID EQ\TIV ALENT
FOR THIRTY (31) CVllC YARD B B.TICULTtlIlAL nuex
49. Cl'ug..nlr.
.. CIO$Htlll to be .. iDcIs IIII1anI
/
b. lIydrlmlic: .,... to itlcludc prOlC' . swilCbes 011 DU1rigFd (10 iDdiGldl do_ positlDD)
and & proximlly .wilCJl 0Il1lllia boom to 'ciampini RDky. G.E.: boOm " totaUy iIIlbe
IIprighr potllioa. befOre bel ean be IUled.:
SI"ECI1JCA TJOlfS FOR. 2t n.. 30 Ie: \" ARD, TJl..\SB DtIMr BOIJY
FOil TllDtTY (30) CUBIC'YAJU) tJCt1LTIJRAL TRUex
4$, .BodY floor:
L
.tMll'late, I' wide _ 18' 100&
L.
.. Bod}' floor' ID be . .,Ie IIbtleI of 1/4"
~llUly welded to tile _1II1s,
41S. Headboard:
.. Had boliIrd. to bo 10 IIVIC SIIIOOIh.. plate. 42" iDciIeJ 1Qh. OOll1iAUClIHIV....decl
ta the tJoor, top ,.aID be 2- x .-:11: 114 C
L
47, SiQg:
I. FlOAt portion ttJ be 42" illch&s Iri~ . r 1ap to 60" iDoheS tbt ~ ofbody -
rut doors.
/'
41. Side 1lI1keR;
a. Silk _Clio be 2- It." II 10 pup d c:bIumeL Tollll ofrlnt (J) OD tile
~ md eipt (I) on lICIl,ide, with 2" x 2- x 1f~. fonIlId p'* polS to pmtDt s:Idc
IIara out.. '
/
../
SO. Lantr.s;itl~
L
iI. [Qae-siIb tl) be S- lDI:II &InIClbnJ c
51. Bnm doarr.
L 81m dool'IlO w fittad 011 dIo.. GCebe
cCiqJlerely IlI'I:IIIM to !be .ide IfId btli;Jl
~ IIC the top BDd bottom for ~lclIta
~1Urdia11iit 'the 5id8a1Gd... ~iia
upzip braec, A liIleJo bem door wi11 ~ iI
'Wt1. pro'IIi5iOIl to ~ aac1l oa
tor d~inl- A pcaitiwe !.oct Ilhall be
closed. Doors II) be fIbricated frall)
IRlUod Outside '- aod OIl en1m'
rable.
11
17
.
.
.
16/15/2661 61:12
6eaeeee66eeeeeaeeeae
I
HEINTZELMANS
663<Hf;"M"I4
n4:0:l:34 pl'\'l 12.' 1-l.00li
PAGE 1 'H 1 'I
'1I1'~1
8l'ECIFlCAUONS POJl20 FT.. SO
FOR TBIRTY (30) CUBIC Y ARJ)
C YARD, TlUSX PllMP BODY
TVaAL 11WCK
0mIpIt..u
Ves No
:fl. a,.dr.mliD hftkt:
.. Kydraulill hoiJt to be sclttor type (
c:.1pIICky ot '5 tous.) bokt IRIl8t raise
withc>\11 the I15lII' or die body ~
as the IIIlIIC I'C$IIlta II'C ~ with I
!be body (OUCIUnI pIft4.
ablP ~ (1DOCIel628 pd) ,.-\t!l I
body to I ~ 45 depee clump qJe
Dual cyIiDdecs wiD be ICC:IlpIabla -Ioai
or 4$- clump lQle 'Witheul tile rear of
L
53. Litrhta..Dd n:fIeclO:g:
a. UlilfI ADd I'IIftmcn raaCiq ~
~ with IIIIIll flllJlS bebird rear ...
54. lG
~ 1IID8t be iastBIIed OIl die body
. to _fit Feclc:nl St8ldanIL
/
.L
L OutIicIc ofbody raII8t receivo ClI'IC (I)
high- pde IlllUIIeL L3Iide ofbodymust
Cab: Factory Yellow
B~d (body): 1165 D\1poat Blue
Boom: YeUow
~
--L'
55. !lafet't'Items:
I. Bar strobe 1iB!:I1.
b. BlICle up 'NIIIl;iaJ deYiCI.
C. Tarp ~vet, ftWJ1IId c:naIc type mesh
L
-L
.~
~
/
~
d. Owriapr WWDiq lipr _ au4iblo
( .AD requited Iigbl:i.ll, cqmpmllllt .
wW be L.eO.
SPECmCATlONS POIl11UJlrr-
At1TOMATED R.E~wE TRUCK SIDE
56. ~
L EDgilJe: Diesel, rOW' eyele, abt cylinder. lUMP torqlJe II SO lb. 1\., 600 cubic IJICh
diap~ mUdmllftL Bqu.ipped w11h Wpret for froa( IDOIIDted IIydIDlic pump.
Actoquip Draia\ CoupliIlc for easmc on . .I
12
1B
.
/
I /
,to I i
~'(I'; ,
.. 1J.;t~l<i'ri>'",-,.__'-.~--<, J
~~~.~::~.:./:,
,.) :..,,{
.o~k;ci~~"
t,l-l"'\J
~,
FAC;
I'LOI{ID/\
',.1 ,,!,\,-. .'
t;OUNTll~S
A II A fund Florida
:.;. -.~/
FLORIDA SHERIFFS ASSOCIATION,
FLORIDA ASSOCIATION OF COUNTIES &
FLORIDA FIRE CHIEFS' ASSOCIATION
F1JLL SIZE PURSUIT VEHICLES - R\,yO (POLICE PACKAGE)
SPECIFICATION #1
<-
2008 Ford Crown Victoria (P71/720A)
Tile fL'rd CruWI\ Victoria (P71 /720A) purchased through this contract comcs with all the standard equipment as speci lied by the
manufacturcr for this model and FSA's base vehicle specification(s) requirements which are included andl1ladc a p,\I.t (1(" this
contract's vehicle base price as awarded by specification by 7.Dne.
lONI':
BAS[ PRICE:
WeslCIl1
Northc111
('(:l1tral
~:;outhcrn
$19.918 DO
$19.846.00
$1 9,1\4() 00
$19..84600
.
While the Florida Sheriffs Association, Florida Associatiun of Counties and Florida Fire Chiefs' Association have a\tempted to
Idtntil"y and include 111O:;e cquipmcnt items most orten requested by pal1icipating agencies for full size vehicles. we realize equipment
needs and preCerences are going to var; from agency to agency. In an effort to incorporate nexibility illto our program. we haw,
created specific add/delete options which allow the purchaser to tailor the vehicle to their particular wants or needs.
The following equipmcnt delete and add options and their related cost arc provided here to assist you In approximating the IDtal eusl
of the type vchic.le(s) you wish to order through this program. Simply deduct the cost of any of the following equipment items you
wish deleted from thc base unit cost and/or add the cost of any equipment items you wish added to the base unit cost to Jeter\llille the
approximate cost of the type vehicle(s) you wish to order.
NOTE: An official1isting of all add/delete options and their prices should be obtained from the appropriate dealer in yom zone when
prepa,'ing your order. Additional add/delete options other than those listed here may be available through the dealers, however, those
listed here must be. hOllored by the dealers in your zone at the stated prices.
!'leaS!' refer to the "Ovcrview of Awanlt'l\ Spt'rilicatiolls" for vehides which were Inw bid. Ail vchides indic;llcd ",'ith lht' ...
are low hid for Bid 07..\ 5-0827 _ those indicated with *' 11 re low hid fur Rid 06-14-0821 ;llId Ofl-14-0H21 A.
.
,::.: 59'-- Bid A J-l!{ltiJ Announcement (07-I5-082 7)
73
.
.
.
"
j}
, ,_ ~~.A~~~-~,-,
<'-.'-ri.tf/~.~ri-' .
1.~,1,' ..v\
~'Ct~~~~t\
r.yj;' ~'~j
.~,.
B\.~
leLOH.IDA
COUNTIES
:\/1 A flnu.' Horid.o
FLORIDA SHERIFFS ASSOCIATION,
FLORIDA ASSOCIATION OF COUNTIES &
FLORIDA FIRE CHIEFS' ASSOCIATION
FULL SIZE PURSUIT VEHICLES - RWD (POLICE PACKAGE)
SPECIFICATION #1
-
2008 Ford Crown Victoda (P71/720A)
The Ford Crown Victoria (P71/720A) 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
BASE PRier:
Western
l'\iOlihern
CenLral
SOLJlhClll
$19.918.00
$19.846.00
$19.84600
$19.84600
While the Florida Sheriffs Association, Florida Association of Counties and Florida Fire Chiefs' Association 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 arc going to vary from agency Lo agency. In an etToli to incorporate nexibility into our program, we have
created specific add/delete options which allow the purchaser to tailor the vehicle to their particular wants or necds.
The following equipment delete and add options and their related cost are provided here to assist you in approximating Lhe [otal cost
of the Lype vehicle(s} you wish to order through this program. Simply deduct the cost of any of thc 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 vchicle(s} YOLl 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 hOllored by the dealers in your zone at the stated prices
PleHS" refer to the "Overview of AWlIrded Specifications" for vehicles ,vhich were low bid. All vehicles indicated with the *
arc low bid fur Bid 07-15-0827 - those indicated with. are low bid for Bid 06-14-0821 and 06-14-0821A.
Bid A ward Announcement (07-15-0827)
73
. VEHICLE: Crown Victoria Crown Victoria
IP71i710A) tP7t1720A)
DEALER: Orville Beckford Duval r ord
Ford-f\1ercurv
ZONE: Western Northern
BASE PRICE: $19.91R.00 $19.84600
Order Cooe
STO 2
HI
HSEA T 2
lJ6A I
D96A :2
54M I
.,
54M -
NA 2
Delete Options
Black vinyl Door covering
Cloth rear seat in lieu of vinyl
Front door body side molding
5" round dome lamp
Space saver spare tire in lieu of full size spare tire
.
Order Code
4'iC I
4'iC 2
177 1
177 2
PSB I
DPS "
NA2
4tH I
.,
411-l "
68P I
68P 2
65 LJ i
6:1\.1 ?
65N 1
GSN 2
G5W I
,
65W -
60S I
60S"
TAT I
DT ,1\ ~
RIVIL
DML"
187 I
187 '
Add Options
Limited slip differential
327 OR 730A 3.55 $/65 00 1
Silicone hoses
Priority start/bartery saver
Engine: V8, Hemi, 5.7L
Engine block healer
Police prep package
Police prep package - "Ready for the Road"
Visibil ity package base
Visibility package
Fire suppression system
Trcmco anti-theft - foot activated. dealer installed
Rechargeable mag light
Roof wiring with hole
.
Bid A ward A I1l1oul1ccmcnf (07-15-0827)
Crown Victoria
IP711720^)
Duval Ford
Central
$19846()()
("I'own Victoria
IP7J!720^ )
Duval FOI'c!
Southern
$19.846,00
"Iorthern
& Central "..,
Western & Southern
SId Std.
$65001 $65002
$30.001 $30,002
NCI NC"
NA N^:'.
:'>oIorthern
& Central
Westcrn & Southcrn
$125D(J 1 $125.002
$320,001 $320,002
$39000 I $14700:'.
NA NA2
$35.001 $35.00"
$2.075.00 I S2.D75 00"
$4,120.00 I $4,120.00L
$1,955.001 NA2
$3.090,001 $3.09000"
$3,495,001 .,
$3,495.00~
$24000 I $148002
'j, ,2000' $135002
$195.00 I $195.002
74
.
VEHICLE:
DEALER:
ZO~F::
BASE I'HICE:
18') I
1892
179-172-175 I
DPWI179-172-4761
141 I
~
~
41A I
,
4 I /\ "
750;\ I
750;\ :'
.
G4N '
64N 2
,
DNT"
582 1
58Z 2
770 I
7702
SPG I
DPG :'
HI
2
113
pi
1
881' .
21/\ I
21~ 2
128-J 21
'In 2
1_0
67R I
67R 2
"\
J
ROLfI
1
ORL -
l ::~ rl
52S
1
525 "
,
C'\
.
Crown Victoria
(1'71/720/\)
Orville Beckford
Ford-Mercury
Wcstern
~ \ 'I') 1 X (I()
Roof wiring without hole
Crown Victoria
(P71:720A)
Duval Ford
Crown Victoria
(P71/720A)
Duval Ford
Crown Victoria
(P71/720A)
Duval Ford
Southern
'); 10.84(,.00
$85.00 I $85.002
$110.00 I $170n02
$190.001 $190.002
$60.00 I ,
$60.00c
$760.001 ,
$760.00'
$125001 )
S15S00'
$45.00 I $45.00c
,
NA SI25.00.
$185.001 $185.002
$5000 : 1
$50 OW
$390.00 I $275.00c
i
$65.00 NA-
$9000 I $ 90 00.
$380.00 I $380.002
$125.00 I ,
$125.00-
$2500 i ~;2' 01\'
$390.001 ,
$.18.00"
$25.00 I S25.0U-
$22500 I 1
$22"lJl(
$95.001 $95.002
1 $20.002
$20.00 '
\Jorthern
Central
SI0.84() 00
$10.8--1(, 00
Accessory feed wires for police equipment
Includes #8 POll'r,- lI'ire for console 2
Kevlar trunk package
Ignition powered trunk hulton. factory installeu
Comfort and convenience group
Strect appearancc group
Full wl,eel wvers
Nitrogen filled tires including spare tire
AM/FM radio with single CD
Daytime running lights
Sunscreen privacy glass
LlMU 0, I Tlf.: nvr c
Heavy uuty paLJcJeu cloth bucket lronl seats wit.h rear cloth bench se~(
Cloth split bench - 1'1'ont
Driver seat only - 6 way power
Carpet (installed)
R.ear dOl)r locks &. h:lI1dles inoperative
Rear Joor locks & handles inoperative, deale.r l11odlfiction
Rear windows inoperative
Cruise control
Radio noise suppression
Courtesy light disabled
Bid A ward Announcement (07-] 5-0827)
75
.
.
.
VEHICLE:
DEALF,R:
ZONE:
BASE PRICE:
5%11
,
.'i9M -
LDTF
DDTc
TK"l
DTK 2
4]2-439 I
4]- 2
14R'
liib
VV ss 1
SVV 2
RSF 1
FVV C
DBRW
DR \\1 2
CJ8G 1
98G C
f)52-953-955 I
9522
C:1H 1
DC32
CPLB - LED 2
flER 1
CPLB - LED 2
,
l-IER"
CPLB . STROBE 1
CPLB _ STROBE 2
CPLB -
!IALOGFN 1
Cl'LB -
IIALOGEN 2
DRPLB - LED 2
TIER I
DRPLB - LED 2
TIER 2
ORPI ,Ii - LED I
[)j(,PLB - LCD ;,
Crown VicToria
\ 1'7 \.720,,\ I
O,'ville 8edl(\rd
h Il"d-l\ It'rUl!"\
Crown Victoria
11'71 '720/\)
('rown Victoria
11'71,720'\)
IJlivnl Ford
Duval rcml
Western
Northern
Central
$19.918,00
$19,84n.00
$19,846,00
Side air protection (may affect cagc availability)
Legal deep tinted film, lifetime warranty, dealer installed
Third key
Keyed alike
I:ac!ory IT1l10lC kcyless entrv witli 2 I"bs incluued.
()ne 1~-'l:'~'(J ;""e,1 ','()H ~v..' 2 .
. Front door moldings, not installed
Vent visors - stick-on style
Rainshields - flange slyle
Door blank & rear ",'indow barriers with l11anuallock override rSelina, Pro-Card,
Cruisers or approved equivalent)
Af.j/\(IAL ifNI. no,: OFTII E 2
Locking gas cap
Two-tone paint
Class !II hitch with 2" ball, dealer installed
Code 3 (Model # FSA-CPLB-23-47A3) See Emergency Vehicle Lighting
Speci fications (Part D)
Code 3 (Model # FSA-CPLB-X47A 16) See Emergency Vehicle Lighting
Specifications (Part D)
Coue ]-360 (Model # PSA-CPLB-47A 18) See Emerg.ency Vehicle Lighting
Specl1ications (Pa11 D)
D&R Electronics (PART # PLFS46.2INSS-XX) See Emergency Vehicle Lighting
Specifications (Pal1 D)
D&.R Electronic, (PI\RT it PLFS4(,-IINSS-XXI See Ernergency Vehicle Lighllng
Spccilicaliol\s (Pan D)
Bid A ward A f1/1()/{/1cel11enf {()7-] S-082 7)
Crnwn Victoria
( pi I 7 ~()\ I
DuvClI F()rd
Southern
$19,846.00
$300,00 I ,
$]00,00.
$390,001 $2.'i5.002
$92.00 I $87,002
$50001 $50002
$255(JO I '\.25.'i()()~
$30.001 ,
NC
$\44.001 $109,002
$144,001 ;
$89,00"
$390.00 I $407002
$1000 I ,
$100W
$690.001 $090002
$320.001 $495.002
$3.l9500 1 Sl.021.002
$2)95.00 I
,
$2.1 0900"
$2.195001
5>\,95()UO~
NA1
NA2
N.'\,I
;
N'\ -
76
.
.
.
\THleLE:
DEALER:
ZONE:
BASE I'RICE:
f'PU3 - LED 2
TIERI
FPLB - LED 2
I'I~R :'
FPLB - LED!
[:I)I.n _ LFD:'
r!'LR - :::;TRORF 1
I-PL8 - S Il{UIII-. :'
FPLB -
IIALUC,[N I
FPLB -
HALOGEN 2
SPLH - LED 2
TIER I
SPLB - LED 2
T1ER .:
SPLB - LED I
SPU~ _ UJ) 2
SPLB - snWBE I
SPLl3 - STROOL -
SPLB -
HALOGEN I
SPLB -
HALOGEN :'
WPLB - LED 2
T1ER 1
WPLB - LED 2
TIER :'
\VPLD - LED I
TIER:
WPUl - LED!
T![R -
WPLLl - s rROBE I
WPLR - STKOBE -
911 PLB - LED I
911 PLB _ LED"
CMLB - LED I
CMLB _ LED 2
F\-lLB - LED I
F\1LlJ _ LED 2
SMLR - LED I
SMLR _ LED 2
Cn,wn V Iclnn~ Crown V ict(ln~ ('n,wll Victnn~
(1'71 /7~D.'\) 1.1'71..720.'\1 11'71/720.\)
Orville Beckford Duval Pord Duval Ford
ForJ-M~rcury
Western Northern Central
$19,91800 $19,84600 $19,84600
Federal Signal (Model 581034) See Emergcncy Vehicle Lighting Specifications
(Part D)
Federal Signal (Model LGD45 or Model 583004) See Emergency Vehicle Lighting
Srecilications (Part f))
r:e(kr~1 Signal --1--1 illCli ViSI,lIllll) Set' [m~rgenc\' Vehicle l.i~liling SpecifiL',llion,
(Pan LJ)
Federal Signal All-Light 48 inch StreetHawk(tl11) See Emergency Vehicle Lighting
Specificatillns (Pari D)
Signal (Model 5420LED-S 1553) See Emergency Vehicle Lighting Spec:ificatiolls
(PaI1D)
Signal (Model 5420LED-SP) See Emergency Vehicle Lighting Specificalions (Part
D)
Signal (Model 5420SLD-SP) See Emergency Vehicle Lighting Specificatiolls (Pal'\
DJ
Signal (Model 5420HSP-SP) See Emergency Vehicle Lighting Specifications (Part
D)
Whelen (Model FX8-FLD-FSA) See Emergency Vehicle Lighting Specifications
(Part D)
Whelen (~lLldel SXS-SLD-FSAl See Lmergency Vehicle Lighting Specifications
([)art DI
Whelen (~1(1deI9f\.1-14-J--SA) See Emergency Vehicle Lighting SpcciJications
(Part D)
911 EP (Model GALE48CUS) See Emergency Vehicle Lighting Specifications
(Part Dj
Code 3 (Model # FSA-CMLB-2747A4) See Emergency Vehicle Lighting
Specifications (Pa11 D)
Fedet'al Signal (Model LGD45 or Model 58j004) See Emergency Vehicle Lighting
SpeCifications (Part D)
Signal (tvlodel 542\ LED) See Emergency Vehicle Lighting Specifications (Part D)
Bid A ward A Ill1oul1cemen( (07-15-0827)
C'rnwn Vic\on:1
11'71720/\ I
Duval Pord
Snllthern
$19,846.00
N/\.I
,
'" ^ ~
I-~.,
NA1 ,
Nt\."
N.-\I j\;,.\"
NA1 1
NA-
l'-IA1
,
NA-
NA1 ,
NAC
NA1 1
NA"
N^I 1
NA~
$3,1 Q500 I $2,825.002
$2,69500 I $2,245002
$2J95 00 I $ \ .925.00-
$2,895.00 I 1
NA"
$2,895.001 $2,493.002
NA1 0
~~A -
NA1 NA"
.,.,
i I
.
.
.
\'EIIICLF::
DEALER:
ZONE:
BASE PRrCE:
SMLB _ STROBE 1
SMLB-STROBE2
SlvlLB -
HALOGEN I
SMLB -
HALOejEN 2
WMLB - LED 1
WMLB _ LED 2
WMLB-
STROBEl
WMLB -
STROBE2
')11t\1LR-LED 1
() 11 ~ILI\ - l.TD 2
CLUj - [J-.I) I
CFl.H _ l.ED C
CELB - STROBE I
eELS _ STROBE 2
eELB -
HALOGEN I
eELB -
IIALCJGEN 2
DRELB - LED 2
TIER 1
DRELB - LF:D 2
TIER 2
DREW - LED
f)f~ [I n _ I Tn 2
F1-::LB - LED .~
FELB - LED.
fEU3 _ STROBE 1
FELB _ STROBE 2
FELS -
HAL()(j1-::'-J 1
F[I,R -
HALOGEN 2
SELS _ LED 1
SELB - LED 2
:--1,1.11 - SII,'( iHI ,
Sf.Ul - SITJJRE -
Crown Victlma CI()wn Victoria e'rown Victoria
(P71/720A) (P71i720A) (P71/720A)
Orvi lie Beck foru Duval FC\rd Dllval Pord
Ford-Mercury
WeSle.m Northern Central
$19,918,00 $19,840.00 $19,846,00
Signal (Model 5421 SLD) Scc Emcrgency Vehicle Lighting Specifications (Pal't 0)
Signal (Model 5421H) Sce Emergency Vehicle Lighting Spec.ifications (Pari D)
('I-own Victoria
(P71/720A)
Duval Ford
Southern
$19,846,00
NAI
)
~t\ -
NA'
,
NA-
$2,39500 I
$1,907002
Whelen (Model SX8-SLE-FSA) See Emergency Vehicle Lighting Specifications
(Part D)
Whelen (l'vlodel 9M-8-FSA) See Emcrgency Vehicle Lighting SpeciJications (Part $2,195,00 I
D)
') 11 EP (t,,'loclel GA l4lWUS) See Ernergeiicy Vehicle Lighting Speci ficatiulls (Part $2,GC)5 .00 I
D)
('{"It 1, (~'I(\(iL-lli I:S.,\-CELB-~ 1,17i\~ II ~l'e Emergcnc\' \clllL'le Llghlin!! $2,4lJ5.001
Spec:i1icatlons (Pa11 DJ
Code 3 (Moclel #FSA-CELB-X47A I) See Emergency Vehicle Lighting $2,2l15(){)1
Specifications (Pa11 D)
Code 3 (Model # FSA-CELB-A 1-647) See Emergency Vehicle Lighting $[ ,695,00 I
Specific.ations (Part D)
:};1,657.00:'
\IA2
S2,175.002
)
SI.91700~
')
$1,529.00.
D&R Electronics (PART # PLFS46-2RDSS-XX) See Emergency Vehicle Lighting NA I
Specifications (Part D)
D&R Electronics (PAR.T If I'LFS46-1 RDSS-XX) Sce Emergency Vehicle Lighting.
Sl'ccificaliol1< (PaJ1 [))
Federal Signal (Model LGD45 or Model 583004) See Emergency Vehicle Lighting
Spec i lications (Part D)
federal Sigllal 44 inch Visla(tll1) See Emergency Vehicle Lighting Specific3tiollS
(Part D)
Federal Signal All-Light 48 inch StrcetHawk(tm) See Emergency Vehicle Lighting
Specifications (Part D)
-
"-JK
NAI )
'"J\ -
NAI NA2
NA1 )
"oJ;\ -
NA1 ')
'lA-
Signal (Model 5420LED) See Emergency Vehicle Lighting Specifications (Part D) NA I
NA2
Sigl181 ('\1I1ckl ".1;'11"11)1 "cc Ftllngc'11C) Velllllc-l.ighlil1g Spcclfic;I(IOllS If'nn D) $2,105001
Bid Award Announcement (07-15-0827)
N,\ "
78
.
.
.
VEHICLE:
DEALER:
ZONE:
llASE PRICE:
SELB -
HAL()Cil-:N I
SELB -
IIALOGC1\ 2
WELB - LED I
\V EL8 - LED -
911 ELB - LED I
911 ELB - LED 2
CPUMP - LED 1
1
CPUT'vlP - LED.
I-'PU M P - U-~[) I
FPUMP - LED"
SPUMP - LED 1
SPUMP _ LI-:D 2
wpurVlp - LED I
\VPUMP _ LED 2
CEUrv1p - LED 1
CEur,IP - LED 2
CEUtllP -
STROBE I
CEUMP -
STROBE 2
FCUMP - LED 1
FEllJ\'lP - LED'
j:I::l'J\II' -
S I i~ () 131 I
j'EUJ\\I' -
1
STROBE.
SEUMP - LED I
SEUMP - LED 2
SEUJ\IP -
STROBE 1
SEU1vlP -
STROBE 2
WEUJ\lP - LFD I
\V[UfvIP _ I YD 2
W[l.~!\lr -
STROBEl
\VLUJ\1P -
STROBE 2
YIIEUMP - LED I
911EUMP-LED2
I, " ]'()\vn Vic\Ul'i<1 \r,'w1\ VielDria Crown VictuliJ
IP711720;\) IP71/720AI IP711720A)
Orville Beckford Duval Ford Duval Ford
Ford-l'v1ercury
Western Northel'l1 Central
$199IR.00 ~ 19 ,S4(,OO $19.84600
Sign,,1 (Model 5420HSP) See Emergcncy Vehicle Lighting Speciiic"tions (Part D)
Whelcn (Model .I L E4-JLE-FSA) See Emcrgency Vchicle Lighting Speciiications
I Part [))
911 EP (Model GAL48CUSB) See Emergency Vehicle Lighting Specifications
(Part D)
Code 3: Deluxe Unmarked Patrol Package See Emergency Vehicle Lighting
Specifications (Part D)
Federal Signal: Deluxe Unmarked Palmi Package - See Emergency Vehicle
Lighting SpeCifications (Part D)
Signal: Deluxe Unmarked Patrol Package - See Emergency Vehicle Lighting
Specifications (Part Dj
Whelen: Deluxe Unmarked Patrol Package - See Emergency Vehicle Lighting
Specifications (Part D)
Code 3: Basic LED l'nmarked Patred Package - See Emergency Vehicle Lighting
Specifications (Part D)
Code 3: Basic Strobe Unmarked Patrol Package - See Emergency Vehicle Lighting
Specifications (Part 0)
federal Signal' Basic LED Unmarked J1Jtrol Package - See Emcrgency Vchicle
Lighting Specifications ([)art D)
FcckrJI Signal Hasie StT0be Unmarked Patroll'ackage - See {,mergenl'Y Ve1l1l'le
Llghtlllg Specifledll'"'' (Pari D)
Signal: Basic LED Unmarkcd Patrol Package - See Emergency Vehicle Lighting
Specifications (Pan D)
Signal: Basic Strobe Unmarked P"trol Package - SceEliicrgency Vehiclc Lighting
, Specifications (Part D)
Whelen: Rasie I Yl) llnmarked Patrol Package - See Emergency Vehicle Lighting
Speci rlcJtions I Pan D)
Whclcn. 13";lc Strabc l~nl11~lI"'ed Patrol Package - Sce Emcrgcncy \'chicle
Lighting Specifications (1"311 D)
911EP: Basic LED Unmarked Patrol Package - See Emergency Vehicle Lighting
Specifications (Pal1 D)
Bid Award Al1nouncement (07-15-0827)
ClOwn Vil'ltlrla
(P71/720A)
Duval Ford
Southern
1; \ 9.&46.00
NA1
1
NA"
$2,295.001 $1.830.00c
$2,395,00 I NA"
$2,995,001 ,
$2.540.00"
NAI NA2
NAI NAc
$2,Y95,OOI -,
$2,470,00"
S I ,99:'00 I ,
'\,\ c
$2,59500 I ,
$2,] 82.0()~
NI\1
\JA2
NAI
"i.\ -
N^'
N,"'"
~Ji\ 1
~~:\~
$2,195.001
1
$UI600-
$1.995.001
$ I ,618 002
$2,495.001
,
NA"
79
.
.
.
\TIIICLE:
OF:.ALER:
ZONE:
BASr PRICE:
SELB -
HA LOGEN I
SEW -
HALOGEN 2
WELB - LED I
WELB _ LED 2
911 ELB - LED I
911ELB _ LED 2
CPUMP - LED I
CPllMP _ IYD 2
FPUMP - LED I
FPU\1P _ LCD 2
SPU\lP. LED:
SPUI'vll'. LED 2
WPUlvlP - LLU I
\\TPUMP - LED 2
CEUI\1p. LED I
CEUI\1P _ LED 2
CEUMP -
STROBEl
CEUMP -
STROBE 2
FEUMP _ LED I
1
FEUl'v1P. LED"
Fl::lJI\1!' .
STROBEl
FEUMP -
:;,TflJ..JGL -
SEUMP - LED J
')
SEUMP - LED -
SEUktr.
STROBE I
SElJMP .
STROBE 2
WEUMP - LED I
WEUI\.1p. LED 2
\VEL'r'd!' .
STR()FIL: !
WFl11\1p.
STRUBI: 2
91IEUMP-LEDI
911 EUMP _ LED 2
lro\Vn V ictCll"ja Crown Vic\cma Crown V iclona
iP7\i720A) ! ['71 '720/\) IP7117201l1
Orville Beckford Duval Ford Duval Ford
Ford-MerclJry
Western No.rthern Centrdl
1; 1 9.91 ROO '\, ().R4(,f)(\ '];, 9,R4() (\f)
Signal (Model 5420HSP) See Emergency Vehicle Lighting Specificatio.ns (Part 0)
Whelen (Madel JLE4-JLE-FSA) See Emergency Vehicle Lighting Specificatio.ns
(Part [))
911 EP (Model GAL48CUSB) Sce Emergency Vchicle Lighting Specifications
(Part D)
Code 3: Deluxc Unmarkcd Patro.l Package See Emergency Vehicle Lighting
Speciticntio11S (Pnrt D)
Federal Signal. Deluxe Unmarked !'alml Package - See Fmergency Vehicle
Lighting Specifications (Part 0)
Signal Delu:\e Lnmarked f'atroll'ackage - See Emergency Vehicle Lighting
Speclficatio.ns (Pa11 0)
Whelen: Deluxe Unmarked Patro.l Package - See Emergency Vehicle Lighting
Specificatio.ns (Part Dj
Code 3: Basic LED Unmarked Patrol Package - See Emergency Vehicle Lighting
Specifications (Pa11 OJ
Code 3: Basic Strobe Unmarked Patrol Package - See Emergency Vehicle Lighting
Specifications (Part D)
Federal Signal' Basic LED Unmarked Patro.l Package. See Emergency Vehicle
Lighting Specifications (Part D)
~'ederal Signal: Hasie Strobe Unmarked Patrol Package - See Emergency Vehicle
Lighting Specifications (Part 0)
Signal: Basic LED Unmarked Patrol Package - See Emergency Vehicle Lighting
Specifications (Pan Dj
Signal. Basic Strobe Unmarked Patrol Package - See Emergency Vehicle Lighting
Specifications (Part D)
Whelen: Basic LED Unmarked Patrol Package - See Emergency Vehicle Lighting
Specifications (Part OJ
Whelen: Basic Strobe Unmarked Patrol Package - See Emergency Vehicle
Lighting Spccificatic'ns (Part D)
911 EP: Basic LED Unmarked Patro.l Package - See Emergency Vehicle Lighting
Specifications (Part D)
Bid A word Announcement (07-15-0827)
('rmvn VIClnn;\
(P71/720/\ )
Duval Ford
Southern
'!; I 9.R4(, no
NAI
NA2
$2.295.00 I $1.839.002
~2Y)~IJ() , 0
Ni\"
$2.995.00 I $2.540002
NA I NA 2
NA' Ni\ -
$2,995.001 $2.470.002
$1,995.00 I .,
NA"
$2,595.00 I $2,182.000
NA1
N!\2
NAi
NA"
NA'
NA2
NA'
~~A ~
$2.195001
1
$1,7IG.OO-
$1.')C)500 I
S\ .618002
$2,49500 I
NA"
79
. \THICLE:
DL\LLH:
LONE:
BASE PRICE:
RDH\VL 1
)
RDH -
RDSWL
RDS2
RDLWL
RDL.
51A I
<; 1.\
511' I
51 Y 2
SGL I
SCjL 2
LCiS I
LGL 2
.
RVMS
o
RMS.
LRVt\l
,
Rt\1L'
RMAS
DAS2
STL I
T~L 2
LTL I
TLL 2
HTL I
T1IL)
SIDA
NA2
LTDA I
NA2
HIDA
'JA-
TDL I
TC62
.
1 'rnwn ViClnl';:l 1 .', rrHvl1 \/lctOI'l::\ ('rown VlCrnl"l:l
d)"' I '7~()\ ) 'f'71'7~n.,\ ) {['71 '7"'0..\ \
(Jrvtlle lied-i'lml I)llv<l1 1'\mJ I )U\ <11 F(Jrd
F()rcl-~lcr(ul'\
Western Northern Central
$19,918,00 $19.84600 $19.84600
Rear deck halogen warning lights - red and or blue tlashing
Rear deck strobe warning lights - red and or blue flashing
Rear deck LED, GEN 3 minimum, warning lights - LED lights m~y be blue. red.
alllbcl m any ~umhin'1\il1l1 - ,pcL'if)' l<<lur
Left-hand pil1'lr nlllunteJ 6" ;;putlight with clear h<1lL\gcn bulh
/)"'I'ef".i RolI/Sf/( !Joo!' mid $/ JQ5, /lrl\"/\HS dool's odd $2.J8j 2
Righl-hnnd pillar mounted 6" spotlight with clear halogen bulb
DUAL spun/Ciln 1
Dua/ spot Lights 2
Strobe grille lights, 2 minimum (Whelen, Federal, Code 3 or approved equivalent)
LED. GEN 3 minimum. grille lights. 2 minimum - LED lights may be blue, red.
amber or an) combination - specify color (Whelen, Federal, Code 3 or approved
eq uivalenl)
Rearview mirror strobes (Whelcn, Federal, Code :I or approved equivalent)
LJ-.:D. CiFN 3 minimul11. rear view 11111"1"01 !lashing ligllts - LED lights lllaY be blue.
red, amber or any combination - specify color CNhelen, Federal, Code 3 or
approved equivalent)
Roof-mount amber strobe beacon (Whelen, Federal. Code 3 or approved
equivalent)
/)UAL AMBER STROBE 2
Strobe trunk lights. 2 minimum (Whelen. Federal, Code 3 or approved equivalent)
LED, GEN 3 minilllum, trunk lights. 2 minilllum - LED lights may be blue. red,
amber or any combination - specify color (Whelen. Federal, Code 3 or approved
equivalent)
Halogen trunk lights. 2 minimllm (Whelen, rederal. Code 3 or approved
equivaientl
Strobe integral directional arrow activated inlightbar (with contruller iCrequired).
Requires purchase of Iightbar.
LED. GEN 3 minimum, integral directional alTow activated in lightbar (with
controller if required) - LED lights may be blue, red, amber or any combination-
specify color. Requires purchase of lightbar.
Halogen integral direction~1 alTOv.' added to lightbar (with controller ifrequired)
Traffic directional LED, GEN 3 minimum. ~rrow with 6 modules (with controller
. if required).
n~8MO/)ELUPGRADEADD$/55 2
B id AI~'(I I'd A 11110 /(11 ce mel1 t (() 7-15- OR 27)
( rn\\'n ViClnl"!'\
iP71 ,;:'0.\ I
Duval Fmd
Southern
$19.846.00
NA1 $230002
$395.00 I 0
$289.00.
$395.001 $358002
$19()OO I ~ I ')0.00-
$340.00 I $340.00-
$42000 I $289002
$46900 \ $305.001
$46900 ! 0
$355.00~
S469 00 I )
$36500.
$29600 I 0
$338.()()-
$396.00 I $273.00.
$420.00 I )
$355.00~
NA1 0
$24800.
Incl I NA-
Incl.! NA2
NA! NA-
$596.00 I $488002
8()
. VF-HleLF::
.
.
DEALER:
ZONE:
BASE PRICE:
C3UP I
I{LS 1
Dr Sl' I'
,
Nt\ -
weul' I
\veu :'
C3HF I
CliP 1
FSHF
,
NA-
WHF I
WHF 2
UPSC I
I-IFSAG .:
CSW-()o I
W60 :'
CSW-90
W902
CSF-660
NA2
eSF-RICH
,
NA"
C55-nO
S60 :'
C5S.l10
,
SIlO -
CSC3-460
NA2
CSO-690
,
('()O -
S-]2APB I
S 12 :'
S-16APB I
5161
S-I'B300
S3002
CI'O\\'1l Victoria Crown VicHlri;1 Crowll \'iciori~
(P711720A) (P71/720A) (P711720A)
Orville Beckford Duval Ford Duval Ford
Ford-Mercury
Western Northern Central
$19.918,00 $19.846,00 $19.846,00
Code:\ RLS - upgi'adc. deluxc siren. microprocessor controlled
I'cderal Signal Smart Slrell - IIp;.:r''lk, dclll,xl' "rcll. 11l1L'rU!'lucessor cllntrolled
Whelell Cell com - upgrade. deluxe siren. microprocessor controlled
Code 3 - Headlight flashers, solid state
Federal Signal - Headlight flashers, solid state
. Whelen - Headlight Oashers, solid state
lIpgrilde h"sic (Ii) switch controller and siren 1(1 COl11hiniltionlight controller-lsirC'n
Corner Stl'Obe Kits - Whelen Kit with 4 clear tubes. 6 outlet C5P 60w power
supply. 2-15' cables. 2.:\0' Gibles
'.' E,\TIIA TUBES IN TlIUNK ALJLl $802
('orner S1robe Kits - WheJen Kit with 4 clear tubes. 6 outlet CSP 90w power
supply, 2-15' cables, 2-30' cables
2 E,ITRA TUBES IN TRUNK ADD $80 2
Corner Strobe Kits - Federal Kit with 4 clear tubes, 6 outlet 660L powe.r supply,
2-15' cables. 2-30' cable.s
Comer Strobe Kits - Federal Kit with 4 clear tubes. 6 outlet RICHOCHET power
, supply. 2-15' cables. 2-30' cables
Corner Strobe Kits - Sound off Kit with 4 clear tubes. 6 outlet. 6011' Nebula power
supply, 2-15'. 2-:\0' cables
2 LlTIU TUBCS IN mUNK ADD $802
Corner Strobe Kits - SouncJolTKit with -1 clear tubes. 6 outlet. liD"" Gemini power
supply. 2-15'. 2-30' cables
] E.\TRA TUBES IN TRUNK ADD $90 2
Corner Strobe Kits - Code 3 Kit with 4 clear tubes, PSE460 power supply, 2-15'
cables. 2.30' cables
Corner Strobe Kits - Code 3 Kit with 6 clear lubes. PSEG90 power supply. 2-15'
cables, 2-30' cilbles .
_' L.I"IIC/ n 'HLS 1:\ /'Iil.'\'/\" ~L>I' ~9I) ~
Setina PB I 00AI2 - 12" Aluminum Push Bumper
Setina PB 1 OOA IG - 16" Aluminum Push Bumper
Setin" PB300 Push Bumper
Bid Award Announcement (07-15-0827)
Crown ViClnrin
(P7J/720A)
Duval Ford
Southern
$19.846,00
$690.00 I $499,002
t'~:'\ J 01.-\"
$495.00 I $311.002
$170,001 ,
$123,00'
NA1 NA2
$170,001 ,
$] 18.00'
$ I liS.nO I 3; \ 'CiOO"
$470,00 I $39000-
$490.00 I $110.002
~-....
.,....
NA! N.\2
NA' )
NA"
$47000 I $403.00'
$490()O I $4()4.00"
$470.00 I 0
NA"
)
$490,00 $-180.00.
$495,00 I $373,002
$560.00 I $381,00"
$560.00 I $4\ 1.0()2
81
. VEHICLE:
.
.
DEALER:
ZONE:
RASE PRICE:
CiR.'\OiJO I
CiRF ~
RTSLS.3P
I,TS 2
RTSPG-GOOO
PTS 2
RTS-C12
NA2
RTS I
OPTS 2
S-IOSLC
S 102
s.xsu,
.,
S8 .
PG-P2GOO i
PGC 2
PVp.120
P 1202
PVP-IOO
o
P 1 00 "
CC I
1
NA"
CC I
~L'\ 2
k.llC
K ,)(' .
ERRD I
DP3000S 2
HAS I
HA20l0 2
r---.....1
_/ DSM I i
j DSlvl 2
'-
-5~O OW
5/75 PT 2
Crown Victoria Crown Victoria Crown Vicloria
(['7117:.0A) (P71mOAl IP71/720'\)
Ol'ville Beckford Duval Ford Duval Ford
Ford-Mercury
Western Northern Central
$1 C).C)] ROO 't 19.84600 $1 C) ,84600
(io l\hil"l() ~lnO() Series !)u:;h Biiiilpcrs
Rear TranspuI1 Seat - Laguna S)Slem 3P
IIH:/udes '-Ted/llor reul cloth seal 2
Rear Transport Seat - Pro Gard 6000 Series
rnr!udt's rreri1t 1m' renr c1nlh senl 2
Rear Transport Seat - Cruiser PCMO 12
Rear Transport Seat with extended seat belt - Patriot PSCVl
//lel,,"es cred,r{or rear cloth seal 2
Setina II I 0 Series Lexan Cage with sliding winuow. lull width lower extension
panel, dealer in<;tallcd
Selllla x~ l"cxan ca~c \\Ilh II':: le;;an and I;':: expanded l11elal IVilh i\i1i lower
extt'nsion panel. dealer installed
Pro-Gard P2600 Serics Polycarbonate (Lexan) Cage with sliding window, lull
width lower extension panel. dealer installed
Patriot VP 1-120 Lexan cage. with 1/2 lexan and 1/2 metal with full lower extension
panel, dealer installed
Patriot VPI.] 00 all Lexan cage with full lower extension pane.l, dealer installed
Cruisers Cage With slide and lock window, lower extension panels, dealer installed
CnJisers Calle w]th J,'] Lexan and ].12 l11esh. lowel' extension pancls. dealer
]nstalleu
i--'..lJ ('0111<\1])(']' .\11 ai!]l1lil1!]111 [n..vehicle ]rf';1J' ",~"I ;un!) 1\..9 C()IlI'111\tr '" pl.()!CCI
(he puhllc. 1IIf]cer, K-9. al10 wh]cle Please specily vehicle year. l11al--c: and model.
Call lor installation. shipping, and/or delivery prices.
NA VIS SH/EWS OR AMER/CAM ALUMINUM ACC 1
Electronic Remote Rear Door Opening system to be used with the K-9 Container.
Allows the officer to release the K-9 from the vehicle from a remote position.
HA vrs SHfEWS OR AMERfC'AN AWMfNUM ACC 1
HP50/llS HOl' '" POP. PTWFAN ALW $f469.00 2
Heat Alarm System to be used in a K-9 vehicle. Warns officer when dangerously
high temperatures arc insidc the vehicle.
IfAvr.\' .\HIELDS OR AMERICAN AI.I.IMI,vUMACC 1
OTIIER ()P71(}~'S..11'11/.A/JLJ:.' 2
Complete set of shop l11anuals UNL Y
neaier 0/111,")11. :l1l'1l1o'es .,-llIe/lIng cf- hO/ldlll1g ~
Warrantv - Specifv
5' /00 PO (VI:.R (0) OEV $2865 I
5 YR. 750{)() UI1.!:.' POII'UITRAIN $0 DEDUCTfRLE 2
Bid A ward Announcement (07-15-0827)
Crown Victoria
1 P71 1720.'\)
Duval Ford
Southern
$19.R41i00
'J;4()5001 S:',<)20{)2
$795.00 I $637.002
$695.00 ' $556.002
$695.00 I 1
NA"
$79500 I $585002
S695 .00 I $643002
$(lC):iOO I $(l() 10O~
$725.001 $683002
$7C)000 1 $68~ .002
$790.001 $69JOO2
$790.00 I "J
NA"
$790.00 I 0
Nil. "
$2.1 C),\OIlI $2.225002
$1,075.001 $774.002
$l)60.00 I
$56400.
$290.IJO I
~
\~~y
r-
')',hlll)W
$1.660.001
$1.660 002
82
. VEHICLE:
.
.
DEALER:
~(ONE:
BASE PRICE:
5/75B-0 OED
1
'im BASE ~
5175E-0 OED I
1
5175 EXTRA ~
Crown Victoria
(P71 /72GA)
Crown Victoria
(P7\1720A)
Duval Ford
Orville Bcckford
Ford-Mercurv
Western
Northern
$19,9IS.00
$19,846,00
Warranty - Specify
], 100 BASE (0) DED $2670 I
5 YR. 75()()() MILl:; BAS1:- CAR1:- $() lJ1:-'DUCTIliL1:- 2
Warranty - Specify
L\7AR I
.5 1'R 75000 MlIJ.: E\TJ?A C4J?F $0 m:nllrTlRI.F: 2
Bid A 11'(/ rt/ A II 110 1I11Cel111!I1 t (07-/5-0827)
Crown Victoria
(P71!720A)
Duval Ford
( :entral
$19,84600
Crown Victoria
(P711720A',
Duval FOl'd
Southern
$19,841iOO
$2.745,00 I
1
$2.745 ,OO~
$~.:n5,OO I
S~':;75002
83
.
FA~
FLORIDA
A:-'~-OC1A TION ~ If
COUNTIES
A 1/ A boul Florida
FLORIDA SHERIFFS ASSOCIATION,
FLORIDA ASSOCIATION OF COUNTIES &
FLORIDA FIRE CHIEFS' ASSOCIATION
1 TON CAB & CHASSIS (DUAL REAR WHEEL) - 4X2
SPECIFICATION #38
2008 Ford F -350 (F36)
The Ford F-350 (F36) 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:
BASE PRICE:
Western
Northern
$16,684.00
Central
$ I 6,684.00
Southern
$16,784.00
$17,022.00
This vehicle has been rolled over and must be purchased through the
06-14-0821 bid.
. While the Florida Sheriffs Association, Florida Association of Counties and Florida Fire Chiefs' Association 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.
Please refer to the "Overview of Awarded Specifications" for vehicles which were low bid. All vehicles indicated with the *
are low bid for Bid 07-15-0827 - those indicated with !!) are low bid for Bid 06-14-0821 and 06-14-0821A.
.
Bid A ward Announcement (07-15-0827)
1055
.
.
.
F~
FLORIDA
.",'-!-,!:t ~_lj:(l~ f)!
COUNTIES
A" About Frorida
FLORIDA SHERIFFS ASSOCIATION,
FLORIDA ASSOCIATION OF COUNTIES &
FLORIDA FIRE CHIEFS' ASSOCIATION
1 TON CAB & CHASSIS (DUAL REAR WHEEL) - 4X2
SPECIFICATION #39
2007 Ford F -350 (F36)
The Ford F-350 (F36) 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 ofthis contract's vehicle base price as
awarded by specification by wne.
ZONE:
BASE PRICE:
* Western
... Northern
*Central
$16,684.00
* Southern
$17,022.00
$ J 6.684.00
$16,784.00
While the Florida Sheriffs Association, Florida Association of Counties and Florida Fire Chiefs' Association 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 incmporate 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 ofthe 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.
* = Specification Low Bid
Bid Award Announcement (06-14-0821)
1140
. VEHICLE: F-350 (F36) F-350 (F36) F-350 (F36) F-350 (F36)
DEALER: Orville Beckford Duval Ford Duval Ford Duval Ford
Ford-Mercury
ZONE: * Western ---Northern * Central 1< Southern
BASE PRICE: $17,022.00 $16,684.00 $16,684.00 $16,784.00
Order Code
445 I
4452
F34 I
F342
, ~;:1'2J.,
Q~fii. 2
572 I
D572 2
58Y I
58Y 2
.
Order Code
99Y I
6.8 GAS 2
99P J
DIESEE.~;.
65C I'
65C 2
63H 1
63H 2
63T I
63T 2
INCL 2
91T I
52B-91T2
X4N I
X4L 2
647A I
XLT2
903 1
903 2
525-524 I
525 2
.
,Delete Options
: 5-speed manual transmission with overdrive in lieu of automatic overdrive
Northern
& Centnl
'Vestern & Southern
$800.001 . $937.002
NCI $195.002;
$200.00 I $191.002;
$400.001 $506.002
$40.00 I : $25.002 :
Single rear wheels, 9,900 Ibs. GYWR
Full size spare tire & rim
Air conditioning
AMlFM stereo radio
Add Options
Engine upgrade
Northern
& Central
Western & Southern
$350.00 I $675.002
$5,650.001 $5,545.002
$610.001 $610.002
.$75.00 I $75.002;
$380.00 I $380.002 '
Std 2
Incl.
$230.001 $460.002
$300.001 $350.002
$3,935.001 $3,937.002
$530.00 I $530.002
$385.00 I $235.002
, Engine upgrade
!
Dual fuel tanks
'DIESEL ENG 1
DIESEL ONU 2
i Alternator,extraHD
: DIESEL ENG 1
DIESEL ONLY 2
Dual alternators
DIESEL ENG I
DIESEL ONLY 2
i Idle control
. Electric brake controller
INCL. TOW COMMAND/REQUIRES TRAILER TOW PKG 2
: Limited slip differential
Manufacturer's model upgrade package (specify pkg. bid)
. Power windows/door locks
Speed control/tilt steering wheel
Bid Award Announcement (06-14-0821)
1141
- VEHICLE: F-350 (F36) F-350 (F36) F-350 (F36) F-350 (F36)
DEALER: Orville Beckford Duval Ford Duval Ford Duval Ford
Ford-Mercury
ZONE: * Western ~Northern * Central * Southern
BASE PRICE: $17,022.00 $16,684.00 $16,684.00 $16,784.00
585 I AM/FM radio with single CD $275.001 $275.002
585 2 UPGRADESSTD 2
924 I Deep tinted glass $390,00 I $365.002 .
DDT2 DEALER INSTALLED 2
433 1 , Sliding rear window $]25.001 $]25.002
433 2
NA 2 Side air bags NA: NA2
3K 1 . Third key $]40.001 $89.002
:3K',2'1",.
X36 I Extended cab model $2,650.001 $2,884.002
X362
W36 I ' Crew cab (4 door) $3,580.001 $3,958.002,
W362
18L I Cab steps $320.00 I $320,002
I 8L 2
942 J Daytime running lights $45.00 I $45.002
- 9422
Dyy1 Vent visors - stick-on style $120.00 I $89.002
DVy2
DRY 1 : Rainshields - flange style $140.001 $89.002:
DRS 2
DBS1 Bug shield $168.001 $185.002 :
DBS2
WOOl : Wrap-around grille guard $2,195.001 $795.002 i
WOO2
DSOL I , Spray-in liner (Rhino or approved equivalent) $695.00 I $540.002
L1NEX 2 SERVICE BOm' $895 I
SEIWICE BOOr TOPS ADD $50 2
62R I PTO provision NCI $250.002.
62R 2 ; PROVISION ONLY/NO PrO INCL. REQUIRES OPT ENGINE 2
62R J PTO auto trans provision $250.00 I $1,990.002
62R1PTO 2 REG V- I 0 GAS OR 6.4 L DIESEL I
: INCL. DEALER INSTALLED PrO/REQUIRES OPT ENGINE 2
D4EH 1 ; 4,000 lb. EH Auto Crane, or approved equivalent, with crane reinforcements with $14,995.001 $14,050.002
4KAUT02 i manual outriggers
: A UTa CRANE OR VENTURO 4000 1
D25K-22 AC 25K-22 Auto Crane body with shelf package, 12" bumper with crank outriggers. or $16,995.001 $14,600.002
AC38K 2 approved equivalent
REG 84 1
BODY ONLY/NO CRANE 2
I-
Bid Award Announcement (06-14-0821)
1142
. VEHICLE: F-350 (F36) F-350 (F36) F-350 (F36) F-350 (F36)
DEALER: Orville Beckford Duval Ford Duval Ford Duval Ford
Ford-Mercury
ZONE: * Western ---Northern * Central 1r Southern
BASE PRICE: $17,022.00 $16,684.00 $16,684.00 $16,7&4.00
D 15LG 1 i 1,500 lb. lift ~ate $3,615.001 $2,560.002
15TOM 2 i TOMMY GATE
DI2WI 12,000 lb. winch with remote $2,495.001 $1,77&.002
12KW2
DBF' : Headlight flashers $140.001 $125.002
WHF2
54D' . West coast style mirrors NC1 NA2
NA2 : S4 K POWER MfRRORS $ 220 ,
531-TTP I Trailer towing package, to include heavy duty flashers, wiring for trailer plug (7 $790.00 I $6&0:002\
531-C4-HDW2 prong round), and class IV frame mounted trailer hitch with 2" square removable
receiver, I" shank with 2" ball. May be dealer installed.
165 I 84" cab to axle $200.00 I $295.002
84CA 2 . REGUALAR CAB ONL1' 2
DIIESB' . 11 ft. extended service body (requires 84" CA) $7,394.00 ' $6,400.002 i
IISB 2
DSB 1 Standard wide service body for dual rear wheels equal to Knapheide, Reading, $6,495.001 $5,300.002
. 9SB 2 Omaha, or RKI, to include appropriate mirrors. May be dealer installed. (NOTE: If
you are ordering a service body, we are advising you to contact your awarded
. vendor.)
: KNAPHElDE OR READfNG 1
D8-2YD D ' : 8 ft. 2 yd. dump . . $7,394.001 $7,300.002
9Df\1J> 2:; , ELECT RiCE /HYDRA UUC HOIST I
9FT WITH GROUND CONTROL TAR? 2
D9FT FSB I 9 ft. flat stake body requires 60" CA) $3,892.001 $3,430.002
9FL T 2
DI2FTFSD I 12ft. flat stake bod~ requires 84" CA) i $4,672.001 $3,800.002
12FL T 2 REGUUR CAB ONLY
DBA I Backup alarm $120.001 $105.002
DBA 2
BUe 1 "Backup camera with 3.5' LCD (rear mounted camera to provide wide angle field of $695.001 $450.002;,
sue2 'vision at rear of vehicle)
RDB 2 , Rear deck halogen warning lights - red and or blue flashing NA' $198.002
DW-RDS 1 : Rear deck strobe warning lights - red and or blue flashing $390.001 $273.002
RDS2
DW-RDL I : Rear deck LED, GEN 3 minimum, warning lights - LED lights may be blue, red, $498.00 I $333.002
RDL 2 amber or any combination - specify color
DLHPM I Left-hand pillar mounted 6" spotlight with clear halogen bulb $420.00 I $295.002
DSL 2 : DOOR MOUNTED 1
! DEALER INSTALLED 2
DLRPM I , Left & right-hand pillar mounted 6" spotlight with clear halogen bulb $690.00 I $395.002
GO-L 2 ' DOOR MOUNTED 1
SINGLE REMOTE GO LIGHT 2
. 1143
Bid A ward Announcement (06-14-0821)
. VEHICLE: F-350 (F36) F-350 (F36) F-350 (F36) F-350 (F36)
DEALER: Orville Beckford Duval Ford Duval Ford Duval Ford
Ford-Mercury
ZONE: * Western 1< Northern * Centra I *Southem
BASE PRICE: $17,022.00 $16,684.00 $16,684.00 $16,784.00
OW-OS 1 Strobe grille lights, 2 minimum (WheJen, Federal, Code 3 or approved equivalent) $398.001 $325.002
OLS 2
DW-OL 1 LED, OEN 3 minimum, grille lights, 2 minimum - LED lights may be blue, red, $469.00 I $335.002
GLL 2 amber or any combination - specify color (Whelen, Federal, Code 3 or approved
equivalent)
DW~RMS 1 : Rearview mirror strobes (Whelen, Federal, Code Jorapproved equivalent) $590.00 I; $355.002
RMS2 ,. . .. . , .
DW-RML I ; LED, OEN 3 minimum, rear view mirror flashing lights - LED lights may be blue, $573.00' $345.002.
RML2 red, amber or any combination - specify color (Whelen, Federal, Code 3 or approved
equivalent)
DW-DRS I Roof-mount amber strobe beacon (Whelen, Federal, Code 3 or approved equivalent) $390.00 I $354.002 :
DAS 2 DUAL AMBER STROBE 2
DW-TLS I Strobe trunk lights, 2 minimum (Whelen, Federal, Code 3 or approved equivalent) $420.00 I NA2
NA 2
DW-TLL I LED, OEN 3 minimum, trunk lights, 2 minimum ~ LED lights may be blue, red, $520.00 I $355.002i
TLL 2 amber or any combination - specify <:olor (Whelen, Federal, Code 3 or approved
equivalent) . . ... '. .
. FLUSH MOUNT LEDS 2
NA2 , Halogen trunk lights, 2 minimum (Whelen, Federal, Code 3 or approved equivalent) NA NA2
IDS 2 I . NA2;
; Strobe integral directional arrow activated in Iightbar(witb controlIer ifrequired). NA
I '. " '.' .
: Requires purchase of Iightbar. .
IDL 2 LED, OEN 3 minimum. integral directional arrow activated in lightbar (with NA NA2
controlIer if required) - LED lights may be blue, red, amber or any combination -
! specify color. Requires purchase of Iightbar.
IDH 2 : Halogen integral directional arrow added to lightbar(with controller if required) NAi NA2,
TDL2 Traffic directional LED, GEN 3 minimum, arrow with 6 modules (with controller if NA $588.002.
, required).
RLS 2 i Code 3 RLS - upgrade, deluxe siren, microprocessor controlled NAi NA2
FSS 2 . Federal Signal Smart Siren - upgrade, deluxe siren, microprocessor controlled NA o.
NA~
WCU 2 ; Whelen Cencom - upgrade, deluxe siren, microprocessor controlled NA $795.002;
; INCL. SIREN & SPE'AKER 2
CHF2 . Code 3 - Headlight flashers, solid state NA NA2
FHF2 Federal Signal - Headlight flashers, solid state NA NA2:
DW-SSFCY 1 Whelen - Headlight flashers, solid state $187.00 I $123.002
WHF2
CLC2 Upgrade basic (6) switch controller and siren to combination light controller/siren NA: 2
$509.00 :
INCL SiREN 2
DW660SYS I Corner Strobe Kits - Whelen Kit with 4 clear tubes, 6 outlet CSP 60w power supply, $420.00 I I $425.002 :
W602 2-15' cables, 2-30' cables
DW690SYS J : Corner Strobe Kits - Whelen Kit with 4 clear tubes: 6 outlet CSP90w power supply, $460.00 I ; $445.002
W902 2-15' cables, 2-30' cables
. Bid A ward Annollncement (06-14-0821) 1144
. VEHICLE:
DEALER:
ZONE:
BASE PRICE:
F602
FRS 2
S602
SIlO 2
C602
C902
DSM 1
DSM2
5/100 B I
B5/1 00&6/1 00 2
. NA 2
5/100 P I
P5/100&6/l00 2
5/100 B I
B05/100&6/100 2
NA 2
SIlOOpl
PD51l 00&6/1 00 2
.
F-350 (F36) F-350 (F36) F-3S0 (F36)
Orville Beckford Duval Ford Duval Ford
Ford-Mercury
* Western *" Northern *Central
$17,022.00 $16,684.00 $16,684.00
Corner Strobe Kits - Federal Kit with 4 clear tubes, 6 outlet 660L power supply,
2_15' cables, 2-30' cables
. Corner Strobe Kits - Federal Kit with 4 clear tubes, 6 outlet RICHOCHET power
supply, 2-15' cables, 2-30' cables
Corner Strobe Kits - SoundoffKit with 4 clear tubes, 6 outlet, 60w Nebula power
supply, 2-15'; 2-30' cables
, Corner Strobe Kits - Soundoff Kit with 4 clear tubes, 6 outlet, 11 Ow Gemini power
supply, 2_15', 2-30' cables
Comer Strobe Kits - Code 3 Kit with 4 clear tubes, PSE460 power supply, 2-15'
cables, 2-30' cables
: Comer Strobe Kits - Code 3 Kitwith 6 clear tubes, PSE690 power supply, 2-15'
, cables, 2-30' cables
Complete set of shop manuals ONLY
Minimum 5/75 Manufacturer's Extended Base Warranty ($0 deductible)
61100 P $2410 $50 DEDUCTIBLE ON FORD 1
$50 DED./6YR/I 00. 000 MI COVERAGE $2410 2
· Minimum 5/75 Manufacturer's Extended Extra Care Warranty ($0 deductible)
Minimum 5/75 Manufacturer's Extended Power Train Warranty ($0 deductible)
. 61100 P $2 II 5 $50 DEDUCTIBLE ON FORD 1
$50 DED./6YR/I 00. 000 COVERAGES21 152
Minimum 5/75 Manufacturer's Extended Base Warranty - Diesel ($50 deductible on
Ford)
61100B$28451
6YR/IOO.000 MI COVERAGE $28452
Minimum 5/75 Manufacturer's Extended Extra Care Wan'anty - Diesel ($50
deductible on Ford)
Minimum 5/75 Manufacturer's Extended Power Train Warranty - Diesel ($50
deductible 011 Ford)
61100 P $2680 I
6 l'RII 00. 000 MI COJ'ERAGE $26f10 2
Bid A ward Announcement (06-14-0821)
F-3S0 (F36)
Duval Ford
"Southern
$16.784.00
NA NA2
NA NA2
NA. NA2,
NA; NA2
NA. NA2
NA NA2:
$290.001 $365.002
$2,295.001 $2,295.002.
NA NA2
$1,925.001 2,
$1,925.00 :
$2,820.001 $2,820.002
NA NA2
$2,515.00 I $2,515.002
1145
.
eel:=>
CONTROL TECHNOLOGIES
2776 S. Financial Ct.
407-330-2BOO
Sanford. FL 32773
FAX# 407-330-2804
OCOEE, CITY OF
5
o 301 MAGUIRE RD.
~ ~i~ES~~~~~~61
T
o
OROER DATE PURCHASE ORDER NO.
SHIP VIA
12/7/2007 P~002S7G
UPS GROUND
BUYER
DATE REOUESTED LOCATION
SALESPERSON
12/7/2007
ALL
ITEM NO.
BIN LOCATION NO.
DESCRIPTION
UGHTING KIT FOR MARKED CROWN VICTORIA
.......... ......... ... ........ "'. ... ............
BLADE LIGHT BAR 7F7R
CPIIOOWATTSPEAKER
4 HE,\D 75W CORNER STROBE KIT
940 SIREN/CONTROLLER
3P TRANSPORT SEATS
SETINA PARTITION CAGE
JOTTO COMPUTER STAND
MAG L1mlT/CHARGER
HEADLIGHT W1G/W AG
JOTTO CONSOLE (WILL HOLD RADIO.
CONTROLLER. Ol.JrLET PLUGS. CUP HOLDERS.
LOCK BOX/ARM REST & MIKE CLIPS)
EMITTER
SUBTOTAL
4,740.00
SCHED. SHIP DATE PAGE NO. OUOTAnON NO. CANCELLAnON OATE CUST. NO.
WEEK OF PSDGo04 -1 12/6/2009 OeOOl
1
<<<< QUOTE >>>>
QUANTITY
ORDERED
5
H
I
P
T
o
OCOEE, CITY OF
30 I MAGUIRE RD.
OCOEE, FL 34761
BILL SIMMONS
F.O.B.
ORIGIN, PP&ADD
BOB BAIRD
QUANTITY OUANTITY
BACK ORD. SHIPPED
Freight
145.00
QUOTAnON
TERMS
TERRITORY
UNIT PRICE
NET 3D DAYS
FLORIDA
EXTENSION
TAX
$ 1,630.00 $ 1,630.00
$ 144.00 $ 144.00
$ 238.00 $ 238.00
$ 515.00 $ 515.00
$ 324.00 $ 324.00
$ 435.00 $ 435.00
$ 268.00 $ 268.00
$ 154,00 $ 154.00
$ 60.00 $ 60.00
$ 368.00 $ 368.00
$ 604.00
QUOTATlON NO.
PSD60047-J
$ 604.00
4,885.00
TOTAL ORDER
VALUE