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