Loading...
HomeMy WebLinkAboutDocumentation_Regular_Tab 17_4/14/2022Agenda Item #17. Regular Council STAFF MEMO Meeting: Regular Council - Apr 14 2022 Staff Contact: Matthew Hammond, Utilities Department: Utilities Director Authorize Florida Sheriff's Bid Piggyback Contract and Purchase Order with Duval Ford for a 2022 Ford F150 4x2 Crew Cab Pickup Truck The Utilities Department has a need to purchase a 2022 Ford F150 4x2 Crew Cab Pickup Truck to support the services and activities provided by the Distribution Division. This is a replacement for an existing 2008 Ford F150 pickup truck scheduled to be replaced with a newer model with up-to-date safety features and more functional storage. The truck is the daily vehicle assigned to a Service Technician. To ensure the lowest possible price, staff is recommending that the Village piggyback the current Florida Sheriff's Association/Florida Association of Counties contracts that were awarded to various vendors (including Duval Ford). This selection by the Sheriff's Association & Florida Association of Counties was completed through a competitive selection process - Pursuit, Administrative and Other Vehicles (Bid #FSA20-VEL28.0 - 10/01/22). The Florida Sheriffs Association offers statewide purchasing contracts on a variety of vehicles, equipment, and services that are available to all eligible entities since 1993. Since its inception in November 1993, approximately 55,000 vehicles have been purchased through these programs, resulting in tremendous savings for participating agencies statewide. Within the FY 2022 budget, the Village Council approved $36,000.00 to be used for the replacement of Vehicle UD64. Through the Sheriff's Association & Florida Association of Counties' bid, the Utilities Department obtained a price of $36,499.00 to purchase one 2022 Ford F150 4x2 Crew Cab Pickup Truck with necessary safety features and accessories. Quotes were originally obtained from all three bidders for Item No. 136 (Bozard Ford, Duval Ford and Alan Jay Ford Lincoln Mercury) early in the fiscal year and all three vendors informed the Village that, due to vehicle supply challenges, fleet vehicles for the 2022 model year would not be available under the Florida Sheriffs Association program. Utilities staff were recently notified that, due to the cancellation of an order, three 2022 fleet F150's had become available allowing the Village to purchase the budgeted vehicle replacement. If approved, the Village would accept Duval Ford's pricing by piggybacking the Sheriffs Association & Florida Association of Counties' contract including all terms, conditions and pricing therein. The term of the contract is set to expire on September 30, 2022. Page 426 of 501 Agenda Item #17. Note: The existing 2008 Ford F150 will be sold at auction and the proceeds returned to the Water Enterprise Fund. Budget Summary - 401-411-664.602 - Vehicles: Project Budget Encumbered Proposed Projected Remaining Projected Total Replace Vehicle UD60 - Water Treatment $35,000.00 $32,419.00 $0.00 $0.00 $32,419.00 Passenger Car Replace Vehicle UD64 - Water Distribution $36,000.00 $0.00 $36,499.00 $0.00 $36,499.00 Full-size Pickup Truck w/ Utility Storage Account Total $71,000.00 $32,419.00 $36,499.00 $0.00 $68,918.00 BUDGETED AMOUNT: AVAILABLE AMOUNT: EXPENDITURE AMOUNT: $36,000 $38,581.00 $36,499.00 Additional Budgetary Information: N/A Funding Source(s): Water Enterprise Fund Authorize piggyback contract and associated purchase requisition with Duval Ford for a 2022 Ford F150 4x2 Crew Cab Pickup Truck Proposed Piggyback Agreement - Duval Ford - Ford F150.ada Page 427 of 501 Agenda Item #17. The following document is presented in a non- ADA compliant format. Please contact the Village Clerk's office if you would like to receive an ADA compliant version of this document. Page 428 of 501 Agenda Item #17. VILLAGE OF TEQUESTA AGREEMENT FOR PURCHASE OF FORD F-150 PICKUP TRUCK THIS AGREEMENT FOR PURCHASE OF FORD F-150 PICKUP TRUCK is entered into and effective this day of April, 2022, by and between the VILLAGE OF TEQUESTA, a Florida municipal corporation with offices located at 345 Tequesta Drive, Tequesta, Florida 33469, organized and existing in accordance with the laws of the State of Florida, hereinafter "the Village"; and DUVAL FORD, LLC, a Florida limited liability company, with a principal business address of 1616 Cassat Avenue, Jacksonville, Florida 32110, hereinafter "the Contractor", and collectively with the Village, "the Parties". WITNESSETH The Village and the Contractor, in consideration of the mutual covenants contained herein and for other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged by both Parties, hereby agree as follows: 1. SCOPE OF SERVICES: The Parties hereby agree to enter into this Agreement for the purchase of one (1) 2022 Ford F-150 4x2 Crew Cab Pickup (WIC) with additions for general vehicle use and support within the Village's Utilities Department. The Parties agree to enter into this Agreement and piggyback for the purchase of the 2022 Ford F-150 4x2 Crew Cab Pickup (W1C) with additions at the unit prices described in the Ford, F-150 XL Super Crew Cab "Item" within the Florida Sheriff's Association & Florida Association of Counties 2020-2022 Contract for Pursuit, Administrative, and Other Vehicles awarded through Contract No. FSA20- VEL28.0. Said Item, including its pricing terms and specifications, is hereby fully incorporated into this Agreement and attached hereto as Exhibit "A". Section 1.09 of the Florida Sheriffs Association's current Cooperative Purchasing Program, which provides authorization to piggyback on said contract, is hereby fully incorporated into this Agreement and attached hereto as Exhibit `B". 2. COMPENSATION: In consideration for the above Scope of Services, pricing shall be pursuant to the unit prices that are provided in Exhibit "A", as well as in Contractor's Quote which is attached hereto as Exhibit "C". In consideration for the above Scope of Services, and pursuant to Exhibit "C", the Village shall pay the Contractor a total amount not to exceed thirty-six thousand, four hundred ninety-nine dollars ($36,499.00). Page 1 of 7 Page 429 of 501 Agenda Item #17. 3. TERM; TERMINATION; NOTICE: Pursuant to Section 1.03 of the Florida Sheriff's Association's current Cooperative Purchasing Program, the original contract term will expire on September 30, 2022. This Agreement may be terininated by either party upon thirty (30) days written notice to the other party. Notice shall be considered sufficient when sent by certified mail or hand delivered to the Parties during regular business hours at the following addresses: Village Contractor Village of Tequesta Duval Ford, LLC 345 Tequesta Drive 1725 Memorial Park Drive Tequesta, FL 33469 Jacksonville, FL 32204 Attn: Matthew Hammond, Attn: Joanne A. Ackman, Utilities Director Registered Agent 4. INSURANCE: The Contractor shall provide proof of workman's compensation insurance and liability insurance in such amounts as deemed sufficient by the Village and shall name the Village as an "additional insured" on the liability portion of the insurance policy. 5. INDEMNIFICATION: The Contractor shall at all times indemnify, defend and hold harmless the Village, its agents, servants, and employees, from and against any claim, demand or cause of action of whatsoever kind or nature, arising out of error, omission, negligent act, conduct, or misconduct of the Contractor, its agents, servants, or employees in the performance of services under this Agreement. Nothing contained in this provision shall be construed or interpreted as consent by the Village to be sued, nor as a waiver of sovereign immunity beyond the waiver provided in Section 768.28, Florida Statutes. 6. PUBLIC ENTITIES CRIMES ACT: As provided in Sections 287.132-133, Florida Statutes, by entering into this Agreement or performing any work in furtherance hereof, the Contractor certifies that it, its affiliates, suppliers, subcontractors and consultants who will perform hereunder, have not been placed on the convicted vendor list maintained by the State of Florida Department of Management Services within thirty-six (36) months immediately preceding the date hereof This notice is required by Section 287.133(3)(a), Florida Statutes. 7. INDEPENDENT CONTRACTOR: It is specifically understood that the Contractor is an independent contractor and not an employee of the Village. Both the Village and the Contractor agrees that this Agreement is not a contract for employment and that no relationship Page 2 of 7 Page 430 of 501 Agenda Item #17. of employee —employer or principal —agent is or shall be created hereby, nor shall hereafter exist by reason of the performance of the services herein provided. 8. INSPECTOR GENERAL: Pursuant to Sections 2-4212-432 of the Palm Beach County Code of Ordinances, the Office of the Inspector General has jurisdiction to investigate municipal matters, review and audit municipal contracts and other transactions, and make reports and recommendations to municipal governing bodies based on such audits, reviews, or investigations. All parties doing business with the Village shall fully cooperate with the inspector general in the exercise of the inspector general's functions, authority, and power. The inspector general has the power to take sworn statements, require the production of records, and to audit, monitor, investigate and inspect the activities of the Village, as well as contractors and lobbyists of the Village in order to detect, deter, prevent, and eradicate fraud, waste, mismanagement, misconduct, and abuses. 9. E-VERIFY ELIGIBILITY: The Contractor warrants and represents that it is in compliance with Section 448.095, Florida Statutes, as may be amended. No later than January 1, 2021, the Contractor shall: (1) register with and use the E-Verify System (E-Verify.gov) to electronically verify the employment eligibility of all newly hired workers; and (2) verify that all of the Contractor's subconsultants performing the duties and obligations of this Agreement are registered with and use the E-Verify System to electronically verify the employment eligibility of all newly hired workers. The Contractor shall obtain from each of its subconsultants an affidavit stating that the subconsultant does not employ, contract with, or subcontract with an Unauthorized Alien, as that term is defined in Section 448.095(1)(k), Florida Statutes, as may be amended. The Contractor shall maintain a copy of any such affidavit from a subconsultant for, at a minimum, the duration of the subcontract and any extension thereof. This provision shall not supersede any provision of this Agreement which requires a longer retention period. The Village shall terminate this Agreement if it has a good faith belief that the Contractor has knowingly violated Section 448.09(1), Florida Statutes, as may be amended. If the Contractor has a good faith belief that the Contractor's subconsultant has knowingly violated Section 448.09(l ), Florida Statutes, as may be amended, the Village shall notify the Contractor to terminate its contract with the subconsultant and the Contractor shall immediately terminate its contract with the subconsultant. In the event of such contract termination, the Contractor shall be liable for any additional costs incurred by the Village as a result of the termination. Page 3 of 7 Page 431 of 501 Agenda Item #17. 10. SCRUTINIZED COMPANIES: For Contracts under $1M, the Contractor certifies that it is not on the Scrutinized Companies that Boycott Israel List created pursuant to Section 215.4725, Florida Statutes, and that it is not engaged in a boycott of Israel. The Village may terminate this Agreement at the Village's option if the Contractor is found to have submitted a false certification as provided under Section 287.135(5), Florida Statutes, if the Contractor has been placed on the Scrutinized Companies that Boycott Israel List created pursuant to Section 215.4725, Florida Statutes, or if Contractor is engaged in a boycott of Israel. For Contracts over $1M, the Contractor certifies that it is not on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List created pursuant to Section 215.4725, Florida Statutes. The Contractor further certifies that it is not engaged in a boycott of Israel, and that it does not have business operations in Cuba or Syria, as similarly provided in Section 287.135, Florida Statutes. The Village may terminate this Agreement at the Village's option if the Contractor is found to have submitted a false certification as provided under Section 287.135(5), Florida Statutes or if the Contractor has been placed on one of the aforementioned lists created pursuant to Section 215.4725, Florida Statutes. Additionally, the Village may terminate this Agreement at the Village's option if the Contractor is engaged in a boycott of Israel or has been engaged in business operations in Cuba or Syria, as defined in Section 287.135, Florida Statutes. 11. ATTORNEY'S FEES: In the event a dispute arises concerning this Agreement, the prevailing party shall be awarded attorney's fees, including fees on appeal. 12. FORCE MAJEURE: The Contractor shall not be considered in default by reason of any failure in performance under this Agreement if such failure arises out of causes reasonably beyond the control of the Contractor or its subcontractors and without their fault or negligence. Such causes include, but are not limited to: acts of God; acts of war; natural or public health emergencies; labor disputes; freight embargoes; and abnormally severe and unusual weather conditions. 13. CHOICE OF LAW, VENUE: This Agreement shall be governed and construed in accordance with the laws of the State of Florida, and venue shall be in Palm Beach County should any dispute arise with regard to this Agreement. 14. AMENDMENTS & ASSIGNMENTS: This Agreement, all Exhibits attached hereto, and required insurance certificates constitute the entire Agreement between both parties; Page 4 of 7 Page 432 of 501 Agenda Item #17. no modifications shall be made to this Agreement unless in writing, agreed to by both parties, and attached hereto as an addendum to this Agreement. The Contractor shall not transfer or assign the provision of services called for in this Agreement without prior written consent of the Village. 15. PUBLIC RECORDS: In accordance with Section 119.0701, Florida Statutes, the Contractor must keep and maintain this Agreement and any other records associated therewith and that are associated with the performance of the work described in the Scope of Services. Upon request from the Village's custodian of public records, the Contractor must provide the Village with copies of requested records, or allow such records to be inspected or copied, within a reasonable time in accordance with access and cost requirements of Chapter 119, Florida Statutes. A Contractor who fails to provide the public records to the Village, or fails to make them available for inspection or copying, within a reasonable time may be subject to attorney's fees and costs pursuant to Section 119.0701, Florida Statutes, and other penalties under Section 119.10, Florida Statutes. Further, the Contractor shall ensure that any exempt or confidential records associated with this Agreement or associated with the performance of the work described in Scope of Services are not disclosed except as authorized by law for the duration of the Agreement term, and following completion of the Agreement if the Contractor does not transfer the records to the Village. Finally, upon completion of the Agreement, the Contractor shall transfer, at no cost to the Village, all public records in possession of the Contractor, or keep and maintain public records required by the Village. If the Contractor transfers all public records to the Village upon completion of the Agreement, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the Agreement, the Contractor shall meet all applicable requirements for retaining public records. Records that are stored electronically must be provided to the Village, upon request from the Village's custodian of public records, in a format that is compatible with the Village's information technology systems. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, PLEASE CONTACT THE VILLAGE CLERK, RECORDS CUSTODIAN FOR THE VILLAGE, AT (561) 768-0685, OR AT Page 5 of 7 Page 433 of 501 Agenda Item #17. 1mcwi11iams(a teguesta.org, OR AT 345 TEQUESTA DRIVE, TEQUESTA, I y e : 1 M91f, I'S� 16. HEADINGS: The headings contained in this Agreement are provided for convenience only and shall not be considered in construing, interpreting or enforcing this Agreement. 17. SEVERABILITY: The invalidity or unenforce ability of any provision of this Agreement shall not affect the validity or enforceability or any other provision of this Agreement and this Agreement shall be construed and enforced in all respects as if the invalid or unenforceable provision is not contained herein. 18. WAIVER: No waiver by the Village of any provision of this Agreement shall be deemed to be a waiver of any other provisions hereof or of any subsequent breach by the Contractor of the same, or any other provision or the enforcement hereof. The Village's consent to or approval of any act requiring the Village's consent or approval of any act by the Contractor shall not be deemed to render unnecessary the obtaining of the Village's consent to or approval of any subsequent consent or approval of, whether or not similar to the act so consented or approved. 19. ENTIRE AGREEMENT: This seven (7) page Agreement, including any Exhibits, constitutes the entire agreement between the parties; no modification shall be made to this Agreement unless such modification is in writing, agreed to by both parties and attached hereto as an addendum to this Agreement. [REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK] Page 6 of 7 Page 434 of 501 Agenda Item #17. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the date and year first above written. WITNESSES: ATTEST: Lori McWilliams, MMC Village Clerk DUVAL FORD, LLC (Corporate Seal) VILLAGE OF TEQUESTA By: Molly Young, Mayor (Seal) Page 7 of 7 Page 435 of 501 Agenda Item #17. EXHIBIT A Page 436 of 501 Agajtem #17. F-150 XL Super Crew Cab FSA20-VEL28.0 SPEC .D 136 .�TIONPRICE < MSRP W1C WESTERN ZONE $ 26,486.00 2022 MY W1C NORTHERN ZONE $ 26,381.00 2022 MY W1C CENTRAL ZONE $ 26,454.00 2022 MY W1C SOUTHERN ZONE $ 26,476.00 2022 MY SPEC CODE 136PRICE OPTION —_ < MSRP W1C-BASE 100A Equipment Group and Vinyl 40/20/40 bench seat 101a XL high Package: Includes Power group, cruise control and reverse 0 0 $ 919.00 $ 920.00 aid. LWB Long Wheel Base 6 1/2 ft bed 157" wheelbase. Na with Base engine 0 0 $ 5,783.00 $ 5,784.00 99B 3.3L V6 PFDI with Auto Start -Stop Technology and Flex -Fuel S S Capability (NA 157") 99P 2.7L V6 EcoBoost® with Auto Start -Stop Technology — Minimum 0 0 $ 1,194.00 $ 1,195.00 required engine on 42 with (LWB) 157"WB 995 5.OL V8 with Auto Start -Stop Technology and Flex -Fuel Capability 0 0 $ 1,994.00 $ 1,995.00 ($799 w/ (LWB) 157"wb) 998 3.5L V6 EcoBoost®with Auto Start -Stop Technology ($1399 w/ 0 0 $ 2,594.00 $ 2,595.00 (LWB) 157"wb) 3.OL 4 Valve DOHC Power Stroke® V6 Turbo Diesel B20 with Auto 991 Start -Stop Technology (NA 163.7" WB; regs. Privacy glass with Rear- 0 0 $ 4,994.00 $ 4,995.00 Window Defroster (924/57Q) and XL Power Equipment Group (85A)) — Late Availability. ($3799 w/ (LWB) 157"wb) 86A XL Chrome Appearance Package (NA w/3.OL V6 Power Stroke® 0 0 $ 774.00 $ 775.00 Diesel engine (991)) STX Appearance Package (NA w/3.OL V6 Power Stroke® Diesel ' 61S engine (991), *3.5L PowerBoost Full Hybrid V6 Engine (99D) or 8- x 0 $ 1,779.00 $ 1,780.00 way Power Driver's Seat — Power Lumbar Driver (91 P)) 98G CNG/Propane Gaseous Engine Prep Pack (req. 995 5.OL V8 0 0 $ 314.00 $ 315.00 engine) Call dealer for CNG / Propane quote Complete Trailer Tow Package — XL Standard & High: Pro Trailer Backup Assist is not included. Includes hardware package with 2" 534 ball, ball mount, pin and clip. Optional six way trailer plug included 0 0 $ 1,594.00 $ 1,595.00 when specified. Note: Ordering the Trailer Tow Package does not include Trailer Tow Mirrors. Trailer Tow Mirrors are a standalone option and must be ordered separately. (Option Code: 54Y/59S) Trailer Tow Package — XL Standard & High: Pro Trailer Backup Assist is not included 53A Note: Ordering the Trailer Tow Package does not include Trailer Tow 0 0 $ 1,089.00 $ 1,090.00 Mirrors. Trailer Tow Mirrors are a standalone option and must be ordered separately. (Option Code: 54Y/59S) Class IV Trailer Hitch (incl. Smart Trailer Tow Connector, 7-pin wiring 53B harness; includes 7-pin-to-4-pin adapter, Class IV trailer hitch 0 0 $ 204.00 $ 205.00 receiver) DUVAL FORD Page 437 of 501 Age@jtem #17. F-150 XL Super Crew Cab FSA20-VEL28.0 Max Trailer Tow Package (NA w/3.3L V6 (99B), 2.7L GTDI (99P) engine; req. Heavy -Duty Payload Package (627) and (LWB)) - XL 53C Standard : Pro Trailer Backup Assist is not included. Note: Ordering 0 0 $ 1,879.00 $ 1,880.00 the Max Trailer Tow Package does not include Trailer Tow Mirrors. Trailer Tow Mirrors are a standalone option and must be ordered separately. (Option Code: 54Y/59S) Ford Co-Pilot360Tm 2.0 • Pre -Collision Assist with Automatic Emergency Braking (AEB)l - Pedestrian Detection - Forward Collision Warning - Dynamic Brake Support • BLIS® with Cross -Traffic Alert • Lane -Keeping Systeml - Lane -Keeping Alert - Lane -Keeping Aid - Driver Alert 43a • Rear View Cameral x 0 $ 654.00 $ 655.00 • Auto High Beamsl • Reverse Sensing System2 • Reverse Brake Assist • Post -Collision Braking Note: Rear -Window, Fixed Privacy Glass with Defroster (924/57Q) is required when Ford Co-Pilot360Tm 2.0 is ordered; req. Mirrors (54R or 54Y) Tow Technology Package (req. Class IV Trailer Hitch (53B), Trailer • 17T Tow Package (53A) or Max Trailer Tow Package (53C); req. Ford Co- X 0 $ 879.00 $ 880.00 Pilot360Tm 2.0 (43A)) Note: reqs. Mirrors 54R or 54Y Requires 101 a 622 2.7L V6 EcoBoost® Payload Package (req. Trailer Tow Pkg. (53A) 0 0 $ 749.00 $ 750.00 and (LWB)) • 627 Heavy -Duty Payload Package (req. Max Trailer Tow Pkg. (53C) with 0 0 $ 1,694.00 $ 1,695.00 3.5L EcoBoost® (998) or 5.OL (995) engine and (LWB)) • 50M Interior Work Surface (NA w/Cloth 40/blank/40 Seats (SS)) 0 0 $ 164.00 $ 165.00 XL3 Axle Upgrade. Electronic Locking 0 0 $ 469.00 $ 470.00 642 20" six -spoke machined aluminum with Magnetic painted pockets X 0 $ 999.00 $ 1,000.00 (req. STX Appearance Pkg (61 S); NA w/ 3.3L V6 (99B)) 41 H Engine Block Heater (Front License Plate Bracket (153) is required 0 0 $ 89.00 $ 90.00 w/3.3L V6 PFDI (99B) or 5.OL V8 (995) Engine) 18B Black Platform Running Boards 0 0 $ 249.00 $ 250.00 63T Tailgate Step (incl. Tailgate Work Surface; NA w/Stowable Loading 0 0 $ 429.00 $ 430.00 Ramps (90R)) 55B BoxLinkTM (includes four (4) premium locking cleats) 0 0 $ 79.00 $ 80.00 Manual -folding, Power Glass Sideview Mirrors with Heat, Turn Signal, 54R/ 43A (Driver's Side) (Req. Ford Co-Pilot360Tm 2.0 (43A) @ $654; incl. X 0 $ 959.00 $ 960.00 interior auto -dimming rearview mirror) Manual -folding, Power Glass Sideview Mirrors with Heat, Turn Signal, 54R /59S /17T (Driver's Side), High -Intensity LED Security Approach Lamps, LED X 0 $ 1,359.00 $ 1,360.00 Sideview mirror Spotlights and Black Skull Caps (incl. interior auto - dimming rearview mirror) (req. Tow Technology Package (17T)) DUVAL FORD Page 438 of 501 Age@jtem #17. F-150 XL Super Crew Cab FSA20-VEL28.0 Manual -folding, Manually Telescoping, Power Glass Trailer Tow Mirrors with Heat, Turn Signal, High -Intensity LED Security Approach Lamps, LED Sideview mirror Spotlights and Black Skull Caps (NA 54Y/59S with 3.3L V6 PFDI engine (99B) or 122" WB; req. XL Power 0 0 $ 569.00 $ 570.00 Equipment Group (85A) and Rear -Window, Fixed Privacy Glass with Defroster (924/57Q); req. Trailer Tow Pkg. (534), (53A) or Max Trailer Tow Pkg.(53C)) • 924/57Q Rear -Window, Fixed Privacy Glass with Defroster 0 0 $ 319.00 $ 320.00 76R Reverse Sensing System (req. Class IV Trailer Hitch (53B), Trailer 0 X $ 274.00 $ 275.00 Tow Pkg. (534), (53A) or Max Trailer Tow Pkg. (53C)) A Vinyl 40/20/40 Front -Seat (refer to Color and Trim Availability page for 0 0 $ - $ - seat color selection.) Cloth 40/Console/40 Seats (Flow -through Console with steering 88W column -mounted shift; refer to Color and Trim Availability page for 0 0 $ 294.00 $ 295.00 seat color selection.) Onboard 400W Outlet (with 40/20/40 seats, there is one outlet in the IP; 2nd outlet in the console req. 40/Console/40 seats (W); additional 471 outlet in the bed (NA w/ 8' Box); reqs. Trailer Tow Pkg (53A) or Max 0 0 $ 289.00 $ 290.00 Trailer Tow Pkg (53C) and Reverse Sensing System (76R); NA w/*3.5L PowerBoost Full Hybrid V6 Engine (99D); reqs. XL Power Equipment Group (85A) on 100A) Pro Power Onboard - 2KW (NA w/3.3L V6 (99B), 3.OL Diesel (991) 472 engine, CNG/Propane Gaseous Engine Prep Pack (98G) or 163" 0 0 $ 994.00 $ 995.00 wheelbase; reqs. XL Power Equipment Group (85A) on 100A) 595 Fog Lamps (incl. in XL Chrome Appearance Pkg. (86A) 0 1 0 $ 139.00 $ 140.00 • 47R Front Floor Liner - Tray Style (req. Color -coordinated Carpet 0 0 $ 199.00 $ 200.00 w/Carpeted Matching Floor Mats (168)) 47W All Weather rubber mats 0 0 $ 159.00 $ 160.00 168 Color -coordinated Carpet w/Carpeted Matching Floor Mats 0 0 $ 144.00 $ 145.00 Integrated Trailer Brake Controller (req. Class IV Trailer Hitch (53B) or • 67T Included w/Trailer Tow Pkg. (53A), Max Trailer Tow Pkg. (53C) or 0 0 $ 274.00 $ 275.00 Tow Technology Pkg. (17T)) Extended Range 36 Gallon Fuel Tank (NA 122" WB, 3.OL V6 Power 655 Stoke® Diesel engine (991) or *3.5L PowerBoost Full Hybrid V6 0 0 $ 444.00 $ 445.00 Engine (99D)) *SYNC@) 4 with Enhanced Voice Recognition (Incl. SiriusXMO with 3601-4) • 8" LCD Capacitive Touchscreen with Swipe Capability • Wireless Phone Connection • Cloud Connected 524/582 • AppLink® w/ App Catalog 0 0 $ 324.00 $ 325.00 • 911 Assist® • Apple CarPlay® and Android AutoTM Compatibility • Digital Owner's Manual • Conversational Voice Command Recognition • Connected Navigation 153 Front License Plate Bracket 0 0 $ - $ - 90B Aluminum Side Mounted 48" Toolboxes 0 0 $ 789.00 $ 790.00 DUVAL FORD Page 439 of 501 Age@jtem #17. F-150 XL Super Crew Cab FSA20-VEL28.0 90K Premium Aluminum Crossbed Storage Toolbox (model # KS71LP) 0 0 $ 789.00 $ 790.00 96W Bedliner - Tough Bed® / TOFF spray -in 0 0 $ 594.00 $ 595.00 Bedliner - Plastic drop -in (NA w/*3.5L PowerBoost Full Hybrid V6 96P Engine (99D), 400W Outlet (471) or Pro Power Onboard - 2KW (472) 0 0 $ 349.00 $ 350.00 on 5.5' or 6.5' box) 90R Stowable Loading Ramps (req. BoxLinkTM (55B) 0 0 $ 594.00 $ 595.00 : 96X Tonneau Pickup Box Cover- Hard Folding 0 0 $ 994.00 $ 995.00 • 96T Tonneau Pickup Box Cover- Soft Folding 0 0 $ 524.00 $ 525.00 96S Tonneau Pickup Box Cover- Retractable Short bed 0 0 $ 1,550.00 $ 1,551.00 96L Tonneau Pickup Box Cover- Retractable long bed 0 0 $ 1,899.00 $ 1,900.00 91 P 8-way Power Driver's Seat - Power Lumbar Driver (req XL Power 0 0 $ 349.00 $ 350.00 Equipment Group (85A); NA w/STX Appearance Package (61 S)) LED Warning Beacons by Sound Off Signal - Amber strobe color (includes center high -mounted stop light bar and two (2) roof mounted 94S beacons that provide 360 degree visibility. NA with 3.OL V6 Power 0 0 $ 599.00 $ 600.00 Stroke® Diesel engine (991) or STX Sport Appearance Special Edition Package (66A)) LED Warning Beacons by Sound Off Signal - Red/Blue strobe color (includes center high -mounted stop light bar and two (2) roof beacons 94R that provide 360 degree visibility. req. XL SSV Package (66S); NA 0 0 $ 724.00 $ 725.00 with 3.OL V6 Power Stroke® Diesel engine (991) or STX Sport Appearance Special Edition Package (66A)) LED Warning Becons by Sound Off Signal - Amber/White strobe color.(includes center high -mounted stop light bar and (2) roof 94W mounted beacons that provide 360 degree visibility. NA with 3.OL V6 0 0 $ 724.00 $ 725.00 Power Stroke® Diesel engine (991) or STX Sport Appearance Special Edition Package (66A)) • T7C LT265/70R17C BSW all -terrain tires (A/T) (NA with 3.OL V6 Power 0 0 $ 294.00 $ 295.00 Stroke® Diesel engine (991) 44) BUA Back-up Alarm System (85H) Or equal. Dealer installed 0 0 $ 124.00 $ 125.00 • 17C Chrome front and rear bumpers (requires Fog Lamps (595); NA 0 0 $ 174.00 $ 175.00 w/STX Appearance Package (61 S)) Daytime Running Lamps (DRL) (when selected with Power • 942 Equipment Group (85A), the non -controllable Daytime Running 0 0 $ 44.00 $ 45.00 Lamps (DRL) (942) replace Daytime Running Lamps (DRL) (On/Off Cluster Controllable)) 50S, Cruise Control 0 X $ 224.00 $ 225.00 • 62R Manual Regen Initiation with Active Regen Inhibitor (Requires 3.OL V6 0 0 $ 279.00 $ 280.00 Power Stroke®Diesel engine (991)) 31* Ship-thru 3rd party body modifier. 0 0 $ 454.00 NA .STLIGHT Streamlight Rechargeable Stinger Flashlight- 75712 O O $ 189.00 NA THMS500- • 500 Watt Inverter with Dash Switch- includes TH0002 O O $ 396.00 NA PPI .. TH750S 750 Watt Inverter with Dash Switch- includes TH0002 O O $ 596.00 NA TH1000 1000 Watt Inverter with Dash Switch O O $ 672.00 NA .: TH1500 1500 Watt Inverter with Dash Switch- includes TH0002 O O $ 715.00 NA . • TH2O00 2000 Watt Inverter with Dash Switch O O $ 796.00 NA TH3000 13000 Watt Inverter with Dash Switch O O $ 966.00 NA DUVAL FORD Page 440 of 501 Age@jtem #17. F-150 XL Super Crew Cab FSA20-VEL28.0 DSI- Dimensions 1200 watt Pure Sine Wave O O $ 1,495.00 NA 12/120ON DSI- Remote control for Dimensions O O $ 145.00 NA REMOTE USB (phone HD Charge Wire for (phone-USBIPHONE O 0 $ 35.00 NA USB Android HD Charge Wire for Android-USBANDROID O 0 $ 35.00 NA Safety Kit Incl; First Aid Kit, Triangle Kit & Fire SAFET Extinguisher (Specify monting location) B500T, PET449, O 0 $ 276.00 NA 6430 • SAFET2 First Aid, Fire Extinguisher (specify moutning location) O 0 $ 536.00 NA and Road LED Kit-6430, B500T, 11404PACK WTECH2 Weather Tech Laser Cut Floor Liners- 2 Piece O 0 $ 215.00 NA WTECH4 Weather Tech Laser Cut Floor Liners- 4 Piece O 0 $ 290.00 NA W Vent Shades O 0 $ 183.00 NA • TINT 1 Window Tint On Front 2 Windows Including Windshield O 0 $ 265.00 NA Strip TINT 2 Tint All Windows 4 Door Including Windshield Strip 0 0 $ 385.00 NA TINT 3 Limo Tint 4 Doors Including Windshield Strip O O $ 465.00 NA : DECAL 1 Graphics- Basic Fleet Package O O Call for Price NA DECAL 2 Graphics- Customized Package With Unit numbers O O Call for Price NA Boards SCC Airies 4" Oval running baords for Extended and Crew O 0 $ 595.00 NA •• Cab F150 [223044] CH Cone Holder O 0 $ 239.00 NA FCH HD Folding Cone Holder O 0 $ 376.00 NA :• IGLOO Igloo Cooler Mount O 0 $ 245.00 NA • COOLER Igloo Cooler O 0 $ 99.00 NA • BS Bug Shield O 0 $ 234.74 NA • RKE Programmed Integrated Key Transmitter Fob O 0 $ 350.00 NA • PKE Programmed Key with Pats Technology, Fleet Key O 0 $ 225.00 NA •2Tone 2DU Ttwo tone for a two door truck from belt line over roof O 0 $ 1,550.00 • 2Tone 4DU Two tone for a four door truck from belt line over roof O 0 $ 1,850.00 •. 2Tone 4D Two tone for a four door truck, doors only O 0 $ 1,696.00 NA • CABSHIELD Sterling Cab Shield with Mesh Window, Includes Black O O $ 656.36 NA Pwder Coating [H950FSD] •� CABSHIELD Sterling Cab Shield with Mesh Window, Includes Black O O $ 684.72 NA B Pwder Coating and Beacon Provision [H950FSDE] •• CABSHIELD Sterling Cab Shield with Mesh Window, Includes Black O 0 $ 709.72 NA L Pwder Coating and Lightbar Provision [H950FSDF] Sterling Cab Shield, Aluminum [HA951FSDF] O 0 $ 929.72 NA ACABSHIELD Back Rack Back Rack Light Duty Louvered Headache Rack- 15004, O 0 $ 1,009.80 NA 30123 SLR Single Side Ladder Rack, Aluminum O 0 $ 1,120.00 NA MAT RACK Material Rack, Steel O 0 $ 2,075.00 NA �ALUM RACK Material Rack, Aluminum O 0 $ 2,640.00 NA Nitrogen Filled Tires In Lieu Of Std. Factory Fill. Fuel NITRO Economy Saver Due To Tire Pressure Consistency, On O 0 $ 245.00 NA Ground DUVAL FORD Page 441 of 501 Age@Jtem #17. F-150 XL Super Crew Cab FSA20-VEL28.0 �. uCoat Under Coating O O $ 680.00 NA 12K Pintle 12,000 pound Pintle Ball Kit (specify 2" or 2 5/16" ball) O O $ 285.00 NA 8K Pintle 8000 pound Pintle Ball Kit O O $ 255.00 NA 14" Basic Console Package: 4" Dual Beverage Holder, CC-MC-14- Console Tray, 2-DC Outlets, 1- Dual USB Port O O $ 850.12 NA FT-K Faceplate, Height Adjustable Arm Rest (SPECIFY RADIO MODEL AT THE TIME OF ORDER) 16" Wide Body Console with Open Storage on Side of CC-WBOS- Console: 4" Dual Beverage Holder, Console Tray, 2-DC 16-FT-K Outlets, 1- Dual USB Port Faceplate, Height Adjustable O 0 $ 953.24 NA Arm Rest (SPECIFY RADIO MODEL AT THE TIME OF ORDER) 20" Wide Body Console with Open Storage on Side of CC-WBOS- Console: 4" Dual Beverage Holder, Console Tray, 2-DC 20-FT-K Outlets, 1- Dual USB Port Faceplate, Height Adjustable O O $ 844.94 NA Arm Rest (SPECIFY RADIO MODEL AT THE TIME OF ORDER) 16" Wide Body Console Package with Open Storage on CC-WBOS- Side of Console: 4" Dual Beverage Holder, Console 16-FT-FB Tray, 2-DC Outlets, 1- Dual USB Port Faceplate with O O $ 1,165.93 NA Lidded File Padded Box (SPECIFY RADIO MODEL AT THE TIME OF ORDER) CM-F15-SA- LapTop Stand Passenger side mounted with Universal KIT Computer Tray (does not require console),(CM-F15-SA- O O $ 736.64 NA LT17) TROY PRODUCTS side -mount mount with rotating CM-SDMT- swing arm and deluxe theft -deterrent laptop tray for SL-KIT computer up to 15"W x 11.5"H. Includes Troy's unique O O $ 790.84 NA slide -arm feature. (CM-F1 5-SL-LT1 7) Procomp Nitro 2.5 inch level kit. Includes Procomp Nitro 2.5 inch level kit 18x9 Procomp wheels or equal 295/70R18 Nitto Trail Grappler Tires 4 inch black oval side steps CL PRO 2.5 Speedometer Calibrator 0 O $ 5,450.00 NA Labor & Alignment 3/36K parts & labor warranty This kit has a 2.5 inch front lift with a 1.5 inch rear block to level the truck Procomp 6 inch suspension lift. Includes Procomp 6 inch suspension lift 18x9 Procomp wheel or equal CL PRO 6 35x12.50R18 Nitto Trail Grappler Tires O O $ 7,328.00 NA 4 inch black oval side steps Speedometer Calibrator Labor & Alignment 3/36K parts & labor warranty LEVEL Leveling Kit, Raises the Factory Front 2" j O j O j $ 1,556.00 jNA DUVAL FORD Page 442 of 501 Age@jtem #17. F-150 XL Super Crew Cab FSA20-VEL28.0 .. :. - KS-71 LP Low Profile HD King Size Aluminum Toolbox with Low O O $ 687.00 NA Profile Locking Lid KS-71 LP UN Low Profile HD King Size Aluminum Toolbox with Low O O $ 687.00 NA Profile Locking Lid for 5.5 foot bed UWSTB-69 Low Profile HD King Size Aluminum Cross Body Toolbox O O $ 568.00 NA with Gull Wing Lids AUWTBS-36 HD Aluminum Side Mounted Toolbox 36" Long, Price per O O $ 480.00 NA side AUWTBS-48 HD Aluminum Side Mounted Toolbox 48" Long, Price per O O $ 480.00 NA side AUWTBS-72 HD Aluminum Side Mounted Toolbox 72" Long, Price per O O $ 503.28 NA side 114-0-01 Weather Guard 114-0-01 Gull Wing, Aluminum, Full O O $ 1,235.60 NA TPM Extra Wide ' GT TF TBX Tool and fuel: UTS TT101 100 Gal capacity with meter, O O $ 2,296.00 NA electric pump and 30' hose . Diesel Fuel only. SLIDE 1000 1000 LB Capacity Cargo Glide Bed Slide [CG1000*548] O O $ 1,469.07 NA SLIDE 1200 1200 LB Capacity Cargo Glide Bed Slide [CG1200*548] O O $ 1,698.64 NA SLIDE 1500 1500 LB Capacity Cargo Glide Bed Slide [CG1500*548] O O $ 1,762.18 NA CargoEZ 10 1000# Capacity Extendo Bed O O $ 2,699.86 NA Extendo15 1500# Capacity Extendo Bed O O $ 2,810.83 NA EXTANG • Extang Tri Fold Locking Bedcover, Hard O O $ 1,230.30 NA TGS TP27 1300# Tommy Gate G2 60 1342 TP27 Steel O O $ 3,540.00 NA Platform.[REQ (31 *) Ship thru] TGA EA27 1300# Tommy Gate G2 60 X 27 Aluminum [REQ (31 *) O O $ 4,050.00 NA Ship thru] ' TGS TP38 1300# Tommy Gate G2 60 1342 TP38 2 Piece Steel O O $ 3,625.00 NA Platform [REQ (31 *) Ship thru] TGA EA38 1300# Tommy Gate G260 1342 EA38 2 Piece Aluminum O O $ 4,210.00 NA [REQ (31 *) Ship thru] CAMLOC Relocate factory camera O O $ 285.00 NA BACKZONE Reverse Sensing System, Dealer Installed [250-1903- O O $ 445.00 NA BZTRK] [REQ (31 *) Ship thru] FCHT Cab high fiberglass topper with sliding side windows. O O $ 1,992.00 NA YAKI Yakima roof rack with adjustable round bars O O $ 515.00 NA FCHT OPT 1 Fiberglass toolbox with shelf on single side. req topper O O $ 565.00 NA FCHT OPT 2 Glass side windoors flip out for easy access, req topper O O $ 435.00 NA FCHT OPT 3 Solid painted windoors for added security. req. topper O O $ 635.00 NA Ranch legacy series fiberglass painted bed lid, dual FBL shock, black powder coated hardware. single lock with O O $ 1,835.00 NA two keys ARE LSII A.R.E. LSII Series Tonneau Cover (5.5' to 8' Bed) O O $ 2,165.00 NA ARE V A.R.E. V Series Fiberglass Topper (5.5' to 8' Bed). O $ 2,299.00 NA Includes front, side, and rear windows. DUVAL FORD Page 443 of 501 Age@jtem #17. F-150 XL Super Crew Cab FSA20-VEL28.0 A.R.E. DCU 23" Tall . Includes hatch rear door with T- ARE DCU lock, rear tinted window, full length tool box on each side, O 0 $ 3,195.00 NA and front picture window. RETRAX Retrax retractable bed cover O 0 $ 1,394.94 NA ROLLNLOK Roll N Lock retractable bed cover O 0 $ 1,469.00 NA .. 57-93835 Westin HDX Wrap Around Grille Guard with winch plate O O $ 1,343.32 NA 57-3835 Westin HDX Wrap Around Grille Guard without winch O O $ 1,227.68 NA plate 103250 8,000 pound Warn Winch with Remote O O $ 929.47 NA 103252 10,000 pound Warn Winch with Remote 1 O O $ 981.93 NA .� 103254 12,000 pound Warn winch O O $ 1,106.59 NA For Additional Equipment & Lighting, see Lighting Section Document. Discount applied to MSRP LEDSPOT LED Pillar Mounted Spotlight- 325PL-0002, 189, P46SLC O O $ 695.00 NA GOLITE LED Permanent Mount Go -Light brand spot light O 0 $ 725.00 NA 20074GT 3RD BRAKE LIGHT SAFETY PULSE (Pulses 3rd brake .SBL light (4) times upon application of brake pedal to O 0 $ 279.00 NA increase driver awareness behind you when stopping) 4 Corner Flashing System (2 Surface Mounted In Grille , LED PKG 1 2 In Tail Lights) (Specify color at time of order) O 0 $ 675.00 NA MCRNS*, MCRNB1, VTX609* .. LED PKG 2 16" Mini Whelen Led Century Light Bar - Amber light with O 0 $ 495.00 NA Amber Lens- MC16PA LED PKG 3 16" Mini Whelen Led Century Light Bar - Amber light with 0 0 $ 550.00 NA Clear- MC16PCA LED PKG 4 16" Mini Whelen Led Century Light Bar - Amber/white O 0 $ 550.00 NA lights with Clear Lens- MC16PF LED PKG 5 23" Mini Whelen Led Century Light Bar - Amber light with O 0 $ 695.00 NA Amber Lens- MC23PA LED PKG 6 23" Mini Whelen Led Century Light Bar - Amber light with O 0 $ 695.00 NA Clear- MC23PCA LED PKG 7 23" Mini Whelen Led Century Light Bar - Amber/white O 0 $ 695.00 NA lights with Clear Lens- MC23PF 54" Fully Populated Whelen Justice Light Bar, 6-Switch LED PKG 8 Controller & 4 Corner Flashing System With Mounting O O $ 3,002.00 NA Hardware (Specify color at time of order) JV2****, PCC6W, MCRNS*, MCRNB1, VTX609* 54" Fully Populated Liberty II Light Bar, 6-Switch LED PKG 9 Controller & 4 Corner Flashing System With Mounting O O $ 3,022.00 NA Hardware (Specify color at time of order) IW2****, PCC6W, MCRNS*, MCRNB1, VTX609* Interior Flashing System: (2) SOLO Avengers In Headliner, (2) SOLO Avengers In Rear Deck, 4 Corner LED PKG 10 Flashing System with Single Mounted Controller (Specify O O $ 1,754.00 NA color at time of order) AVC11 *, MCRNS*, MCRNB1*, VTX609*, DUVAL FORD Page 444 of 501 Age@jtem #17. F-150 XL Super Crew Cab FSA20-VEL28.0 Premium Interior Flashing System Front inner Edge and Rear With Take Downs Rear, Full -Width Traffic Advisor, LED PKG 11 2-Hideaway Grille Lights, 2- Flashing Tail Lights, Siren/ O O $ 3,400.00 NA Hand -Held Controller, Speaker and Mounting Brackets For F-150 (Specify color at time of order)- IX47UFZ, TADS, MCRNS*, SA315P, HHS3200,VTX609* 54" Fully Populated Whelen Justice Light Bar, Siren/ LED PKG 12 Controller, Speaker & 4 Corner Flashing System With O O $ 2,863.00 NA Mounting Hardware- JV2****, SA315P, MCRNS*, VTX609* 54" Fully Populated Whelen Liberty II Light Bar, Siren/ LED PKG 13 Controller, Speaker & 4 Corner Flashing System With 0 0 $ 3,350.00 NA Mounting Hardware- IW2****, SA315P, MCRNS*, VTX609* • Extended Service Plan Base Care, Zero Deductible. Five ' B575 Year, 75000 Mile. Call Dealer for plan specifics and 0 0 $ 1,770.00 $ 1,770.00 optional Terms. Price Guide JAN 2021 Extended Service Plan Base Care, Zero Deductible. Five B5100 Year, 100000 Mile. Call Dealer for plan specifics and 0 0 $ 2,325.00 $ 2,325.00 optional Terms. Price Guide JAN 2021 Extended Service Plan Extra Care, Zero Deductible. Five E575 Year, 75000 Mile. Call Dealer for plan specifics and 0 0 $ 1,960.00 $ 1,960.00 optional Terms. Price Guide JAN 2021 Extended Service Plan Extra Care, Zero Deductible. Five E5100 Year, 100000 Mile. Call Dealer for plan specifics and O O $ 2,715.00 $ 2,715.00 optional Terms. Price Guide JAN 2021 Extended Service Plan Premium Care, Zero Deductible. P575 Five Year, 75000 Mile. Call Dealer for plan specifics and 0 0 $ 2,625.00 $ 2,625.00 optional Terms. Price Guide JAN 2021 Extended Service Plan Premium Care, Zero Deductible. :P5100 Five Year, 100000 Mile. Call Dealer for plan specifics 0 0 $ 3,520.00 $ 3,520.00 and optional Terms. Price Guide JAN 2021 Out of Zone purchase and Delivery. Does not include �OZN unique shipping circumstances when final product 0 0 $ 446.00 NA demands shipping outside the state of Florida. Note: Emmissions codes for specific region. Tag and Title processing and handling fee. Tags are processed at the local tag office and physically picked up TTO for client and affixed to vehicle prior to deliver. Cost O O $ 48.00 NA includes electronic administrative fee, manual processing courier, and Fedex related expense. TMP 30 Day Florida Temporary Tag. Requires (TTO) Tag/Title 0 0 $ 7.00 NA Option Transfer Tag Charge: (Florida only) Please send scan of TX agency registration with tag ID clearly indicated. 0 0 $ 90.00 NA Requires (TTO) Tag/Title Option, includes (TMP) New Tag Charge (Florida only) Requires (TTO) Tag/Title ' TAG option. Specify City, State, or Sheriffs Tag. Includes O O $ 125.00 NA (TMP) DUVAL FORD Page 445 of 501 Agenda Item #17. EXHIBIT B Page 446 of 501 Agenda Item #17. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions for quotes, request for letters of interest, or the solicitation of purchase orders based on oral or written quotations. i. Manufacturer: The original producer or provider of vehicles or equipment offered on this contract. j. 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 k. Non -Scheduled Options: Any optional new or unused component, feature or configuration that is not included or listed in the base vehicle specifications or options. I. Production Cutoff: A date used by manufacturers to notify dealers that the factory has reached maximum capacity for orders or are discontinuing the production of a vehicle or equipment. Vehicle manufacturers use this term when referring to any given model year for production. m. Published List Price: A standard "quantity of one" price currently available to government and educational purchasers, excluding cooperative or volume discounts. n. 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. o. Purchase Order: A request for order from a purchaser to an awarded vendor for an item that has been awarded on this Contract. Purchaser orders placed using this contract formalize the terms and conditions of this contract under which a vendor furnishes vehicles or equipment to a purchaser. p. Third Party Supplier: Businesses external to a bidder or vendor that provide products and services which contribute to the overall finished vehicle or equipment. Third Party Suppliers are contractors under the direction and responsibility of the bidder or vendor. q. Vendor: The bidder that has been awarded and agrees to provide vehicles or equipment that 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 Page 8 Page 447 of 501 Agenda Item #17. FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Awarded bids, or contract prices, will be extended and guaranteed to the Florida Sheriffs Association, any unit of local government, political subdivision or agency of the State of Florida. This includes, but is not limited to counties, municipalities, sheriffs' offices, clerks, property appraisers, tax collectors, supervisors of elections, school boards or districts, water management districts, 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, which can include out of state sales. Vendors that wish to extend contract pricing to entities other than those defined here 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 FSA immediately. The bidder shall obtain and pay for all licenses, permits and inspection fees for this bid submission and contract. Page 9 Page 448 of 501 Agenda Item #17. EXHIBIT C Page 449 of 501 Agenda Item #17. Exhibit C DAVID TINOCO TEQUESTA Laura? rJ000 . I%ovV)904 388-2A44 �Fax� 904-381-6816 �Ce\\� 904-568-6021 Laura.Torbett@duvalfleet.com 5203 W 2&ers\c\e UT Jax, F\ 32210 STOCK 100A 99B 44G INCL YZ AS 50S 96W 145 18B 67T 534 XL6 INCL 942 85A 76R 6234 AUWTBS-48 LED PKG 11 TINT 2 DELETE 2022FORDF-1504X2CREWCABP\CKUP�\NIC) XL TRIM 3.31- V6 GAS ENGINE 10 SPEED AUTOMATIC TRANSMISSION 6250#GVWR EXTERIOR COLOR: OXFORD WHITE INTERIOR: MED. EARTH GRAY VINYL- 40/20/40 CRUISE CONTROL SPRAY IN BEDLINER 5.5' BED RUNNING BOARDS ELECTRIC BRAKE CONTROLLER TRAILER TOWING PACKAGE WITH 7 WAY TRAILER WIRING AND 2" PINTLE BALL COMBO 3.73 LIMITED SLIP DIFFERENTIAL SYNC DAYTIME RUNNING LIGHTS POWER WINDOWS AND LOCKS REVERSE SENSING VEHICLE ON ORDER, PRIORITY IS MID OCT, DEALER TRANSFER (2) ALUMINUM SIDE TOOL BOXES WHELEN INTERIOR LIGHTING PACAKGE: CONSIST OF FRONT & REAR INNER EDGE LIGHTBARS, (2) ION THINS FOR GRILLE- AMBER (2) ION THINS FOR GRILLE- WHITE, (2) ION THINS, MOUNT BETWEEN BUMPER AND TAIL GATE- WHITE 6 SWITCH CONTROLLER AND MOUNTING BRACKETS FOR F-150 TINT ALL WINDOWS, INCLUDE WINDSHIELD STRIP SPEAKER AND HAND HELD CONTROLLER $ 26,476.00 $ - $ $ $ $ $ - $ 224.00 $ 594.00 $ - $ 249.00 $ 274.00 $ 1,594.00 $ 569.00 $ - $ 44.00 $ - $ 274.00 $ 1,596.00 $ 960.00 $ 3,400.00 $ - $ $ - $ 385.00 $ (140.00 4 _ FSA Page 460EW 604 Agenda Item #17. Regular Council ; STAFF MEMO Meeting: Regular Council - Apr 14 2022 Staff Contact: Matthew Hammond, Utilities Director Departme Utilities nt: Authorize Florida Sheriff's Bid Piggyback Contract and Purchase Order with Duval Ford for a 2022 Ford F150 4x2 Crew Cab Pickup Truck SUMMARY: Utilities Department has a need to purchase a 2022 Ford F150 4x2 Crew Cab Pickup Truck to support the services and activities provided by the Distribution Division. This is a replacement for an existing 2008 Ford F150 pickup truck scheduled to be replaced with a newer model with up-to-date safety features and more functional storage. The truck is the daily vehicle assigned to a Service Technician. To ensure the lowest possible price, staff is recommending that the Village piggyback the current Florida Sheriff's Association/Florida Association of Counties contracts that were awarded to various vendors (including Duval Ford). This selection by the Sheriff's Association & Florida Association of Counties was completed through a competitive selection process - Pursuit, Administrative and Other Vehicles (Bid #FSA20-VEL28.0 - 10/01/22). The Florida Sheriffs Association offers statewide purchasing contracts on a variety of vehicles, equipment, and services that are available to all eligible entities since 1993. Since its inception in November 1993, approximately 55,000 vehicles have been purchased through these programs, resulting in tremendous savings for participating agencies statewide. Within the FY 2022 budget, the Village Council approved $36,000.00 to be used for the replacement of Vehicle UD64. Through the Sheriffs Association & Florida Association of Counties' bid, the Utilities Department obtained a price of $36,499.00 to purchase one 2022 Ford F150 4x2 Crew Cab Pickup Truck with necessary safety features and accessories. Quotes were originally obtained from all three bidders for Item No. 136 (Bozard Ford, Duval Ford and Alan Jay Ford Lincoln Mercury) early in the fiscal year and all three vendors informed the Village that, due to vehicle supply challenges, fleet vehicles for the 2022 model year would not be available under the Florida Sheriffs Association program. Utilities staff were recently notified that, due to the cancellation of an order, three 2022 fleet F150's had become available allowing the Village to purchase the budgeted vehicle replacement. If approved, the Village would accept Duval Ford's pricing by piggybacking the Sheriffs Association & Florida Association of Counties' contract including all terms, conditions and pricing therein. The term of the contract is set to expire on September 30, 2022. Page 451 of 501 Agenda Item #17. Note: The existing 2008 Ford F150 will be sold at auction and the proceeds returned to the Water Enterprise Fund. Budget Summary - 401-411-664.602 - Vehicles: Project Budget Encumbered Proposed Projected Remaining Projected Total Replace Vehicle UD60 - Water Treatment $35,000.00 $32,419.00 $0.00 $0.00 $32,419.00 Passenger Car Replace Vehicle UD64 - Water Distribution $36,000.00 $0.00 $36,499.00 $0.00 $36,499.00 Full-size Pickup Truck w/ Utility Storage Account Total $71,000.00 $32,419.00 $36,499.00 $0.00 $68,918.00 BUDGETED AMOUNT: AVAILABLE AMOUNT: EXPENDITURE AMOUNT: $36,000 $38,581.00 $36,499.00 Additional Budgetary Information: Funding Source(s): N/A Water Enterprise Fund Authorize piggyback contract and associated purchase requisition with Duval Ford for a 2022 Ford F150 4x2 Crew Cab Pickup Truck ATTACHMENTS: ', Proposed Piggyback Agreement - Duval Ford - Ford F150.ada Page 452 of 501