Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutDocumentation_Regular_Tab 06_12/14/2023 Agenda Item #6.
Regular Council
STAFF MEMO
Meeting: Regular Council - Dec 14 2023
Staff Contact: Marjorie Craig, Utilities Director Department: Utilities
Consider Approval of Agreement with Rick Croft Enterprises, Inc., DBA Texas Trailers Sales and
Services for Purchase of Big Tex 14PL-16 Dump Trailer through the Florida Sheriff's Association
Contract for a Cost of$15,515
SUMMARY:
Village of Tequesta Utilities Department (UD) recommends approval of an agreement with Rick
Croft Enterprises, Inc., doing business as (DBA) Texas Trailers Sales and Services, to purchase a
Big Tex 14PL-16 Dump Trailer through the Florida Sheriff's Association contract for a total cost of
$15,515. The purchase of the dump trailer is for use by UD's Water Distribution and Stormwater
Division.
The new dump trailer has built-in safety features such as an independent braking system and multi-
use versatility. The new dump trailer will replace the existing 1998 equipment trailer, which is not
multi-use and does not have an independent braking system.
To ensure the lowest possible price, the Village is piggybacking the current Florida Sheriff's
Association contract awarded to various vendors (including Rick Croft Enterprises, Inc., DBA Texas
Trailers Sales and Services). The vendor selection by the Sheriffs Association & Florida Association
of Counties was completed through a competitive selection process.
The budget information is in the "Budget Details" section below. The funding will be taken from the
Operating Expenditure Budget, Renewal & Replacement, Equipment under 401-411-664.600, which
has a total budget of $393,000 for FY24. $18,000 was budgeted for this expenditure and the
requested expenditure amount is $18,000.
This document and any attachments may be reproduced upon request in an alternative format by
completing our Accessibility Feedback Form, sending an e-mail to the Village Clerk or calling 561-
768-0443.
• - •
BUDGET AMOUNT $18,000 AMOUNT AVAILABLE EXPENDITURE AMOUNT:
$393,000 $15,000
FUNDING SOURCES: 401-411-664.600 IS THIS A PIGGYBACK:
0 Yes ❑ N/A
DID YOU OBTAIN 3 QUOTES?
0 Yes ❑ N/A
Page 108 of 593
Agenda Item #6.
COMMENTS/EXPLANATION ON SELECTIONVendor selection completed through Sheriff's
Association Contract
POTENTIAL MOTION - • •
The Utilities Department recommends approval of the agenda item.
ATTACHMENT
Village of Teguesta Agreement for Purchase of Dump Trailer through FSA Purchasing-Signed by
Contractor.2
Exhibit A - FSA Agreement
Exhibit B - Price Sheet
Page 109 of 593
Agenda Item #6.
VILLAGE OF TEQUESTA,
AGREEMENT FOR THE PURCHASE OF
BIG i Eli 14LP-16 DUMP TRAILER THROUGH THE FLORIDA SHERIFFS
ASSOCIATION COOPERATIVE PURCHASING PROGRAM
THIS AGREEMENT FOR THE PURCHASE OF a Big Tex 14LP-16 bump
Trai ler is entered into and effective this 29 day of November , 2023 (the "Effective Date"),
by and between the VILLAGE OF TEQUESTA, a Florida municipal ecrporation 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 RICK CROFT ENTERPRISES,
INC. DBA. TEXAS TRAILERS SALES AND SERVICE, a Florida Corporation with offices
located at 2824 NW 23`4 Boulevard,Gainesville,FL 32605 hereinaifter the"Seller"anti collectively
with the Village,the "Parties".
ITNESSETH
The Village and the Seller, in consideration of the mutual covenants container) herein and
for other good and valuable consideration, the receipt and sufficiency of which is hereby
acknowledged by bath Parties, hereby agree as follows:
1. DESCRIPTION OF GOODS: The Parties hereby agree to enter into this
Agreement and piggyback for the goods at the unit prices described in the Florida Sheriffs
Association FSA23-EQU21.0: Equipment cooperative purchasing program. Said contract,
including its terms, conditions, specifications,and attached exhibits/amendments,are hereby fully
incorporated into this agreement and are attached hereto as"Exhibit A". Seller shall transfer and
deliver to the Village, and the Village shall accept, a Big Tex 14LP-16 bump Trailer, hereinafter
the "Goods,"pursuant to all applicable statutory, licensing and Village code requirements. Seller
hereby agrees and acknowledges that the Goods must fully conform to this Agreement and that no
substitutions will be permitted in the Goads or their materials for how they are described in this
Agreement FSA23-EQU21.0 agreement. Failure of the Seller to adhere to any portion of this
Ag=nnent, including but not limited to the quantity, quality, or materials of the Goods used shall
constitute a fundamental breach under this Agreement.
2. COMPENSATION: In consideration for the Goods described in greater detail
above, pricing shall be pursuant to the prices provided in the price sheet attached hereto as
Page 1 of 9
Page 110 of 593
Agenda Item #6.
"Exhibit 13". In consideration for the above-described Goads the Village shall pay the Seller a
totai amount not to exceed fifteen thousand five hundred and fifteen dollars(S]5,515.00).Payment
shall be within 30 days of the 'Village's receipt of the Goods.. The goods shall be delivered in a
manner and location acceptable to the Village on or before January 31st; 2024 the "Performance
Date".
3. CHANGE ORDERS- Seller is aware that price and tirne are of the essence in this
contract and that prompt and timeiy performance of all such obligations is srrictly reclu'ared. If
conditions change that wauld require an increase in price, scope, or time for performance Seller
must notify the Village in )xTiting detailing the conditions that have changed and requesting a
change order to the contract within 30 days prior to the performance date "Change Order
Deadline". Change orders submitted after the change order deadline will not be considered. Seller
shall not proceed with any change to its obligations under a change order request unless
documented in a Change Order executed by both Parties. If Seller requests a change order prior to
the change order deadline Village at its discretion may accept the change order as is or with
modifications, deny the change order, re-advertise and rc-solicit providers for the required goods
or services or terminate this contract. If the Village elects to re-advertise and re-solicit the need for
,goods or services the Village will have 30 days "Solicitation Period" in which to accept the
contemplated c.han,ge order or terminate this contract. At any time after execution of this
Agreement but prior to Seller's delivery ofthe Goads,the Village reserves the right at its discretion
to change, modify, revise add, or remove any part of its order for the Goods as described by this
Agreement and any Exhibits, if applicable. If any such change to the Village's order causes an
Increase or decrease in the cost of the Goods or causes a change in the time required for delivery
of the Goods, the Village shall make an equitable adjustment in the contract price, the delivery
schedule, or both.Any change to the Village's order for the Goods and any subsequent equitable
adjustment to the terms of this Agreement shall be effectuated through a written Amendment to
this Agreement as executed by both Parties pursuant to Section 17 of this Agreement.
4. DELIVERY; RISK OF LOSS: Unless otherwise stated im SA23-EQU21.0, the
Seller shall deliver the Goads by January 31',2024 FO13(Free on board)Destination.The Village
shall have the right to change the date of delivery with 10 days written notice.The Parties mutualiy
agree that time is of the essence. The Seller assumes responsibility for the Goods. and all risk of
damage, lass, or delay of the Goods until the Goods are delivered to or collected by the Village.
Page 2 of 9
Page 111 of 593
Agenda Item #6.
Once the Goods have been delivered to or collected by the Village, the Village assumes all
responsibility for and risk of damage to such Coeds.
5. RIGHT TO INSPECTION: The Village shall have the right to inspect the Goods
upon their delivery. If the Goods fail to conform to the specifications ofthisAgreement,theVillage
shall have 30 days to inform the Seller of any defect or other nonconformity found within the
Goods.Notice of nonconformity may be made in accordance with Section 5 of this Agreement or
through another method agreed upon by the Parties. Upon the Seller's r ccipt of a notice of
nonconformity,the Seller shall have 30 days to cure said nonconformity. If the Seller fails to cure
within said time, the Seller shall be considered in default and the Village shall have the right to
terminate this Agreement pursuant to Section 5_ and shall have the right to any other legal or
equitable rernedy available.
6. TERM NATION. NOTICE: This Agreement may be terminated by either party
upon 30 days written notice to the other party prior to the performance date. Notice shall be
considered sufTicient when sent by certified mail or hand-delivered to the Parties during regular
business hours at the following addresses:
Village Seller
Village of Tequesta. Texas Trailers
345 Tequesta Drive 2824 NW 23'd Boulevard
Tequesta, FL 33469-0273 Gainesville. FL 32605
Attn: utilities Department
7. INSURANCE: The Seller shall provide proof of insurance in connection with the
shipment of the Goods in such amounts as deemed sufficient by the Village. The yeller shall also
narne the Village as an"additional insured"on the liability portion of the insurance policy.
S. rNDEMNIFICATION: The Seller shall at all times indemnify, defend and hold
harmless the Village, its agents, servants, and ernployccs,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 Seller, its agents, servants, or employees in the delivery of the Goods under
this Agre ment. Nothing contained in this provision shall be construed or interpreted as consent
Page 3 of 9
Page 112 of 593
Agenda Item #6.
by the Village to be sued. nor as a waiver of sovereign immunity beyond the waiver provided in
Section 7 8.28,FloridaStatutes.
9. WARRANTIES AND REPRESENTATIONS. The Seller hereby warrants
and represents to the Village that:
(a) The Seller has the requisite power and authority to execute and deliver this A.grcement
and to perform its obligations hereunder:
(b) The Seller is the true and lawful owner of the Goods conveyed by this Agreement and
has full power to convey such goods, and the title so conveyed is free, clear, and
unencumbered and
(c) The Goads delivered pursuant to this Agreement are merchantable, free from defects,
whether patent or latent in material or workmanship and fit for the ordinary purposes
for which it is intended.
(d) The Goods delivered pursuant to this Agreement will,under normal use,be free from
defects in material and workmanship and function properly for a reasonable time, but
no less than one (1) year unless otherwise provided under the given manufactures
warranty or the FSA23-EQUT21.0.Equipment agreement.
10. PUBLIC ENTITIES CRIME,ACT. As provided in Sections 287,132-133,
Florida Statutes, by entering into this Agreement or performing any work in furtherance hereof,
the:seller certifies that it, its affiliates,suppliers,subcontractors,and consuitmts who will perform
hereunder, have not been placed on the convicted vender 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 Sialutes.
11. INSPECTOR GENERAL. Pursuant to Article XII of the Palm Beach County
Charter, 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 goveming bodies based can 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
Page 4 of 9
Page 113 of 593
Agenda Item #6.
Village to detect, deter, prevent, and eradicate fraud, waste, mismanagement, misconduct, and
abuses.
12. E-VERIFY ELIGIBILITY-,The Seller warrants and represents that it is in
cornpliance with Section 448.095, Florida Statutes, as may be amended. No later than January I,
2021,the Seller shall:(1)register with and use the E-Verify System(E-Verify.gov)to electronically
verify the employment eligibility of ali newly hired workers, and(2) verify that all of the Seller'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 Seller shall obtain from each of its sub-consultants an affidavit stating that the sub-consultant
does not employ, contract with; or subcontract with an Unauthorized Alien, as that term is defined
in Section 448.095(l)(k), Florida Statutes, as may be amended. The Seller shall maintain a copy
of any such affidavit from a sub-consultant for, at a rttinimum,the duration of the subcontract and
any extension thereof. This provision shall not supersede any provision of this Agreement that
requires a longer retention period.The Village shall terminate this Agreement if it has a goad faith
belief that the Seller has knowingly violated 'Section 449.09(1), Florida Statutes, as may be
amended.If the Seller has a good faith belief that the Seller's subconsultant has knowingly violated
Section 448.09(1), Florida Statutes, as may be amended, the Village shall notify the Seller to
terminate its contract with the sub-consultant and the Seller shall immediately terminate its
contract with tho sub-consultant.In the event of such contract termination,the Seller shall be liable
for any additional costs incurred by the Village as a result of the termination.
13. SCR,UTIItiIZED COMPANIES: For Contracts under 6IM, the Seller 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 Seller is found to have submitted a false
certification as provided under Section 2$7.135(5), Florida Statures, if the Seller has been placed.
on the Scrutinized Companies that Boycott Israel List created pursuant to Section 215.4725,
Florida Statutes, or if Seller is engaged in a boycott of Israel. For Contracts over$1 M,the Seller
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,orthe Scrutinized Companies
that Boycott Israel List created pursuant to Section 215.4725, Florida Statutes. The Seller further
certifies that it is not engaged in a boycott of Israel and that it does not have business operations
Page 5 of 9
Page 114 of 593
Agenda Item #6.
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 Seller is found to have submitted a false
certification as provided under Section 287.135(5),Florida Statutes or if the Seller 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 Seller 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.
14. ATTORNEYS FEES. In the event,a dispute arises concerning this Agreement,
the prevailing party shall be awarded attorney's fees, including fees on appeal.
15. FORCE I4'MAJEURE: The Seller 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 Seller 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.
M. 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.
17. AMENDMENTS A-'-,rD ASSIGNMENTS. This Agreement,all Exhibits attached
hereto, and required insurance certificates constitute the entire Agreement between both Parties;
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 Seller shall not transfer or assign the
provision of the Goods called for in thi s Agreement without the prior written consent of the Village.
18. PUBLIC RECORDS: In accordance with Section 119.0701,Florida Statutes.
the Seller must keep and maintain this Agreement and any other records associated therewith and
that are associated with the delivery of the Moods as described above. Upon request from the
Village's custodian of public records,the Seller 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 Seller who fails to provide
the public records to the Village,or fails to make them avaiIable for inspection or copying, within
a reasonabte time may be subject to attorney s fees and costs pursuant to Section 119.0701,Florida
Statutes, and other penalties under Section 1 19.10, Florida Statutes. Further, the Seller shall
Page 6 of 9
Page 115 of 593
Agenda Item #6.
ensure that any exempt or confidential records associated with this Agreement or associated with
the delivery of the Goods contemplated herein are not disclosed except as authorized by law for
the duration of the Agreement terra,and following completion of the Agreement if the Seller-does
not transfer the records to the Village. Finally,upon completion of the Afreement,the Seller shall
transfer, at nocost to the Village, all public records in possession of the Seller, or keep and
maintain public records required by the Village. If the Seller transfers all public records to the
Village upon completion of the Agreement, the Seller shall destroy any duplicate public records
that are exempt or confidential and, exempt from public records disclosure requirements. If the
Seller keeps and maintains public records upon completion of the Agreement,the Seller 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 :SELLER HAS QUESTIONS REGARDING THE APPLICATION OF
CHAPTER 119, FLORIDA STATUTES, TO THESELLER'S DUTY TO
PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT,
PLEASE CONTACT THE VILLAGE CLERK, RECORDS CUSTODIAN
FOR THE VILLAGE, AT (561) 768-0685, OR AT lmewilliarms tequesta.ox�,
OR AT 345 TEf, UESTA DRIVE, TEQUE TA, FLORIDA 33469.
19. HEADINGS: The headings contained in this Agreement are provided for
convenience only and shall not be considered in construing, interpreting, or enforcing this
Agreement.
20. SEVERABILITY: The invalidity or unentorceability 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.
21. AIVER No waiver by the Village of any provision of this Agreement shall be
deemed to be a waiver of any ether provisions hereof or of any subsequent breach by the Seller
of the same, or any tither 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 Seller shall
not be deemed to render unnecessary the obtaining of the Village's consent to or approval of
Page 7 of 9
Page 116 of 593
Agenda Item #6.
any subsequent consent or approval of, whether or not similar to the act se consented or
approved.
22. ENUIRE AGREEMENT: This nine-,page Agreement and any associates 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
23. AUTHORITY TO OBLIGATE. Each person signing this agreement on behalf of
either Party individually warrants that he or she has the full legal power to execute this agreement
on behalf of the Party for whom he or she is signing and mind and obligate such party with respect
to all provisions contained in this agreement.
[REMAINDER OF PAGE LEFT 1N l'E TIONALLY BLANK]
IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the
date and year first above viritten_
WITNESSE : hick Croft Enterprises, INC. dba Texas
Trailers Sales and Service
By: 3
Page 8 of 9
Page 117 of 593
Agenda Item #6.
Title: �\e—bA—e 1�
VILLAGE OF TEQUESTA
Jeremy Allen Digitallysignedby Jeremy Allen
Date:2023.11.29 11:49:07-05'00'
By: Jeremy Allen,Village Manager
Page 9 of 9
Page 118 of 593
Agenda Item #6.
F A Cooperative Purchasing Program
0000 FLORIDA
SHERIFFS AS DCIATION
P U R C H A S I N 0 P R 0 0 R A M
COOPERATIVE
f
F A -EQU21 . : Equipment
Terms & Conditions
Page 119 of 593
Agenda Item #6.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Table of Contents
1.0 GENERAL CONDITIONS....... .......... ............................... .. ........... S
1.01 BID CORRESPONDENCE.................................................................................................5
1.02 PURPOSE .......................................................................................................................5
1.03 TERM OF CONTRACT..................................................................................................... 5
1.04 JURISDICTION................................................................................................................5
1,05 SHERIFF AS COUNTY CONSTITUTIONAL OFFICER ......................................................... 5
1.06 FUNDING....................................................................................................................... 6
1,07 CURRENCY_......-...-.......... .................................................................................... ,.. 6
1,08 GENERAL DEFINITIONS.................................................................................................. 6
1.09 ELIGIBLE PURCHASERS OF CONTRACT..........................................................................8
1.10 LEGAL REQU I REM ENTS........................................................ .....
111 PATENTS & ROYALTIES..................................................................................................9
1.12 FEDERAL AND STATE STAN DARDS................................................................................9
1.13 UNDERWRITERS' LA 150 RATO R I ES .................................................................................9
1.14 AMERICANS WITH DISABILITIES ACT ....... ...................................................................9
1,15 REASONABLE ACCOMMODATION -..... ...............................................9
1.16 DISADVANTAGED BUSINESSES......................................................................................9
1.17 ANTI-DISCRIMINATION ............................................................................................... 10
1,18 BEST COMMERCIAL PRACTICES .................................................................................. 10
1.19 PUBLIC ENTITY CRIMES (PEC)...................................................................................... 1€I
1.20 TAX EXEMPTION.......................................................................................................... 10
1,21 ORDER OF PRECEDENCE IN THE EVENT OF CONFLICT................................................ 11
1,22 COMMUNICATIONS -..... ....................-................. ..........-...................... .... 11
1.23 CLARIFICATION AND ADDENDA.................................................................................. 11
1,24 SIGNED BID CONSIDERED AN OFFER .... ....... ........... . .............................. ........ . ..... 12
1.25 ASSIGNMENT OF CONTRACT . ...................................................................................... 12
1,26 TERMINATION OF PRODUCT LINE............................................................................... 12
1.27 DEMONSTRATION OF COMPETENCY.......................................................................... 12
1_29 'VENDOR ABILITY TO PERFORM+1.......................t....,,....,.....,.....,..................................,. 13
I'age 1
Page 120 of 593
Agenda Item #6,
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and COOditi0O5
2.29 FINANCIAL RESPONSIBILITY............ ....................... -.--.--.-...--........... --..... I3
1.50 QUALITY AND SAFETY ................................ ................................................................ l3
1.3I NON[ONFORMAN CE ..^.............................................................................................. 14
I.32 GRATUITIES..............-,-.,................................................................ ,............... ..... 14
1.33 TIE B|0B----------_..--------_._---_---_-_------.. 14
1.34 FUGHTTOAUO[T.......................................................................................................... 14
I.35 LICENSES AND PERMITS.............................................................................................. l5
1.96 PERFORMANCE BONDS....... ................. ..-- .................-..--_- ................. .... 15
1.37 ELIMINATION FROM CONSIDERATION.......................................... .. ...................... l5
1.38 |NIDEPENDENTPREPARAT|C]N.- ................................................................................. 15
1,39 DEFAULT..... ............. ........ ,...........................................~.. .......... ................. .... 16
2.40 PROTESTS AND ARBITRATION..................................................................................... 16
1,41 yWONPERFORMANCE --..........._.,'',..,,_''.............................................................. l7
I.42 SEVERAB|L|TY .,,',.,,,,,,_,.,,~,^~,,,,,`,,,`,',,,,,,`,,,`,,.,~,...,,._,,~,.~,,_,.^_,,, is
I.43 TERMINATION FOR CAUSE....... —.--._------....................... --- ................ 28
1.44 TERMINATION WITHOUT CAUSE......................................................... .................. ... 18
I.45 CONTRACT ADVERTISEMENT AND USE OF FSA LOGO................................... .-....... 19
2/0B|DDER INSTRUCTIONS----------,-.----------_--- ...........---- .... ZO
2.0I QUALIFICATION........................................................................................................... 3O
2.02 LICE NS|N{] AN DFAC|LDlES ......................... - ......................................................... 2Q
2.03 INSURANCE AND INDEMNIFICATION...,-. ....................... ........... -........... .......... ZI
2.04 SPECIFICATIONS ..... ............ --.......... --- ................................... ...................... 23
2.05 SEALED BIDS..... ................. -.----.------ ................. ........... ...................... 23
2.08 MISTAKES.................................................................................................................. . 23
2.07 EXCEPTIONS ..... --- ........... -----------................,.............. -. .... Z3
2.08 EQJJ|VALENTS- ................................. ....... ............................................................... 2S
2.09 MANDATORY PRE-BID MEETING ............. -............................................................... 24
2.I0 PRICES QUOTED - HEAVY TRUCKS AND BUSES AND EQUIPMENT INVITATIONS TO BID
24
2.11 PRICES QUOTED- PURSUIT, ADMINISTRATIVE AND OTHER VEHICLES INVITATION TO
B|D. ..... ----------- ...................... ............--------_----- ... Z4
i,age 2
Page 121 Of593
Agenda Item #6,
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms andCOOditi0O5
3.I2 PURSUIT, ADMINISTRATIVE, AND OTHER VEHICLES CONTRACT COST-PLUS-PERCENT
PRICING ................... ................ ........... --- .......................................................... 25
2.13 OPTION PRICING - EQUIPMENT INVITATION TO BID................................................. 26
2.14 OPHONPR|C|NG |iFAVY TRUCKS AND BUSES AND PURSUIT, ADMINISTRATIVE AND
OTHER VLH|[LLS |WV| [AT|ONSTO BID....................................................................... 27
I15 EMERGENCY LJGHTS AND S|RENS.-.... -............ ,'., ............................ .......... ... I8
2.16 BID SUBMISSION ... ,-.,...,-............ ,-.,.................................................... ,- ..... 2y
2.l7 ZONE BIDDING ............................................................................................................ ]O
2.18 EXECUTION OF BID....................................................... .............................................. 3O
2.19 MODIFICATION ORVVnlHDRAN/ALSOf BIDS.............................................................. 3O
I20 LATE BIDS............... ................. - ....................... - ...........--_- ...................... SD
2,21 BID OPENING................ ........... -. ................. -_.................................................... 3O
2.22 DETERMINATION OF RESPONSIVENESS..... ------- .......... ...... .... .... .......... 31
2,23 RESPONSIBLE BIDDER CRITERIA............. ....................... .........-....... ................ ..... 3I
2.24 BASIS FOR AWARD...................................................................................................... SI
2.25 80 TAB UUAT|C>NS. ......................................... -_-. .............................................. 33
2.I6 K1|NOR |RRBGU LAR|TlES/R|GHTTO REJECT................................................................ 32
2.37 CONE OF SILENCE........................................................................................................ 3Z
3.0 CONTRACT CONDITIONS.... ---. ........... - ........... ........... ................. - ................. .... 33
3.01 GENERAL REQ]J|REMENTS -.,,,,,,,...,.,...,,~,,..,,~,,~,,~,,~',,..,,-,,~',~'.. 33
3.02 STATEMENT [)F AUTHORITY ---.... ...........................................................-- .... 33
3.03 VENDOR CONTACT INFORMATION...... ...................................................................... ]3
3.04 ADDITIONS OR DELETIONS-~,,,',,,.'.,~,.,,,,~',,_,,,~,,~',,..,,~,,..,,,..,,~',.... , 33
3,05 CONTRACT EXTENSION............................................................................................... ]3
3.08 PRICE ADJUSTMENT.................................................................................................... 34
3.07 COND|T|DNS ... - ........... ................. --................. ................. ............................ 34
5.08 PRODUCTION CUTOFF ..................... ............................. ............................................ 35
3.09 FACILITIES... .................---._-.---------- ..... -_._-_-_-_. .... S5
3.10 PURS0[T RAT EDVEH|[LES & MOTORCYCLES ............................................................. 8S
3,11 SPECIAL SERVICE VEHICLES,..................................................................................... .. 35
3.12 CAB AND CHASSIS PURCHASES......__-.__-_._-_--- .......... .......... - S5
i,age3
Page 122Of593
Agenda Item #6.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terns and Conditions
3.13 FACTORY-INSTALLED OPTIONS.....,............................................................................. 35
3.14 VENDOR-INSTALLED OPTIONS.................................................................................... 36
3,15 NON-SCHEDULED OPTIONS ................... ...................... .........,............ ..................... 36
3,16 FORCE MAJEURE ._„..................................................................................................... 36
3.17 PURCHASE ORDERS..................................................................................................... 36
3,18 REGISTRATION, TAG, AND TITLE.................................................................................. 37
3,19 DELIVERY..................................................................................................................... 37
3.20 INSPECTION AND ACCEPTANCE.................................................................................. 38
3.21 INVOICING AND PAYMENTS........................................................................................ 38
3,22 WARRANTY.................................................................................................................. 39
3,23 QUARTERLY REPORTS ................................................................................................. 39
3.24 ADM INISTRATIVE FEE.................................................................................................. 39
3,25 LIQUIDATED DAMAGES............. ............. ......... ..................................................... 40
AppendixA- Zone Map-,............................................................................................................ 42
Appendix B. Bid Calendar............................. ................ 43
AppendixC: AC.H Payments ....................................................................................................... 45
Appendix D: Federal Clauses..................................................................................................... 46
Page 4
Page 123 of 593
Agenda Item #6.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
1.0 GENERAL CONDITIONS
1.01 BID CORRESPONDENCE
All correspondence regarding this bid should he directed to the Florida Sheriffs Association, "FSA'`. Please he same
to ref erenre the hid number and title and provide your contact information_Communication for this Invitation to
Bid shouJd be iadentified by contract number and title and directed to:
Florida Sheriffs Association
Attw Cooperative PurchasIng Program Coordinator
2617 Mahan Drive
Tallahassee, FL32309
E-mail: CPPPflsheriffs.org
1.02 PURPOSE
The Flondda Sheriffs Association invites interested Bidders, including manufacturers and dealers or authorized
representatives to submit responses in accoradance with these solicitation documents. The FSA Cooperative
Purchasing Program will conduct the solicitation process and administerthe resulting contract. The purpose of this
bid is to establish contracts with manufacturers and manufacturer's authorized dealers for contract terms specified
under Section 1.03 for the purchase of items on a "no trade-in basis,"
1.03 TERM OF CONTRACT
The term for Contracts FSA23-VEL31.0 Pursult,Administrative and Other Vehicles and FSA23-VEH21.0 Heavy
Trucks and Buses shall remain in effect for one year from date of contract execution by the FSA, and may be
extended by mutual agreement,at the sole option and discretion of the FSA_The initial term of these contracts
begins October 1,2023, and rinds September 30,2024_
The term for Contract FSA23-EQU2 L0 Equipment shall remain in effect for two years from date of contract
execution by the FSA,and may be extended by mutual agreement, at the sole option and discretion of the FSA.The
initial term of this contract begins October 1, 2023, and ends September 30,2025.
Contract extensions will only be executed when the FSA determines, based on then-existing conditions,that it is in
the best interest of the FSA and the purchasers to do so.
1.04 JURISDICTION
This Agreement shall be governed by and construed in accordance with the laws of the State of Florida.
Venue shall lie in the appropriate court in and for Leon County, Florida.
1.0S SHERIFF AS COUNTY CONSTITUTIONAL TIONAL OFFICER
The offices of the Sheriff in the State of Florida are eonstltutlonal offices of the State of Florida. Each has the
authority either individually or collectively to execute contracts for all goods and services for the proper conduct of
that office.Section 30.53, Florida Statutes,exempts the sheriffs'offices from the provisions of the Florida Statute
that would otherwise require sealed and competitive bidading procedures.
I'ag� Jr
Page 124 of 593
Agenda Item #6.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
The office of the Sheriff is not required bylaw to accept the lowest pricer) proposal and may reject any or all of the
proposals without recourse. 8Idders are solely responsible for their own bid preparation costs and nothing In this
soIIcltatlon in any way obligates the participating sheriffs' offices for any payment for any activity or costs incurred
by any Bidder in responding to this solicitation.
1.06 FUNDING
In the case of certain purchasers,including state agencies,funds expended for the purposes of the contract must
be appropriated by the Florida Legislature, the individual participating agency or the agency's appropriating
authority for each fiscal year included within the contract period. For such agencies, their performances and
obligations to pay for products or services under any resulting contract,or purchase order, are contingent upon
such an annual appropriation by the Legislature,individual agency or by the appropriating authority. Therefore,
any contract or purchase order with such an agency shall automatically terminate without penalty or termination
costs in the event of non-appropriation,
1.07 CURRENCY
All transaction amounts, bids,quotes, provisions,payments or any part of this contract relating to currency are to
be made in United States Dollars.
1.08 GENERAL DEFINITION
The terms used in this contract are defined as the fallowing.
A. Base Specificatiow Witten descriptions of the minimum requirements for each item or item group
developed by the FSA CPP for Bidders to bid on.These item requirements may be unique to FSA CPP and
require additional components to the manufacturer's standard item.
B, Bid System'The online forum used for the submission of bids and review of bid results for the
specifications connected to this I'mritation to Bid,Vend orLiA is the software used for this bid,
+C, Bidder:A bidder or enterprise that submits a formal bid to the Florida Sheriffs Association Cooperative
Purchasing Program in acco+danre with the Florida Sheriffs Association Cooperative Purchasing program
Terms and Conditions_A bidder,that is not the manufacturer, must be authorized by the manufacturer to
market and sell an item for which they are bidding_
D. Build sheet:A dncurnent from the Bidder that confirms that the item suInm1tted by Bidders meets or
exceeds the FSA CPP Base Specification. Bu i I d sheets include, Inut are not limited to,the factory options
list and door data plate information for vehicles that include details such as engine size and transmission,
paint codes, production date, axle code, etc.
E. Dealer:An enterprise authorized by the manufacturer to rnarket, sell,provide, and service the items for
the Florida Sheriffs Association Cooperative Purchasing.Program. Dealers may be Vendor-owned and
controlled, in whale or in part,or independently owned and controlled.
F. End User.A term used to distinguish the person who ultimately uses or is intended to use a product or for
whom a product is.designed for use.
page 6
Page 125 of 593
Agenda Item #6.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
G. Factory_ Refers to the manufacturer produced products.
H. Fleet Advisory Committee (committee).An employee of a sheriff's office or other local governmental
agency, or person who FSA CPP identifies as a subject matter expert who assists with the development of
bid specifications and evaluation of bid responses.The committee makes recommendations to the FSA
CPP and is not responsible for final awards.
I. Florida Sheriffs Association Cooperative Purchasing Program (FSA CPP);The entity that administers the
invitation to Bid and contract administration functions for the resulting contract(s).
J. Invitation to Bid: A competitive solicitation and award process established through the issuance of an
invitation to Bidders,vendors, dealers and manufacturers to submit a price offer on a specific product to
be provided.This terra shall include the Bid Specifications available to Bidders on the Bid System and
references to solicitation documents.The term shall not include requests for proposals,requests for
quotes,requests for Ietters of interest,or the solicitaticn of purchase orders based on oral or written
quotations.
K, Manufacturer;The original producer or provider of items Dffe red on this contract,
L. Manufacturer's Suggested Retail Price(MSRP)- Manufacturer's Suggested Retaul Price (MSRPI)represents
the Manufacturer's rerornm:ended retail selling price, list pricer 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 sub miss.lon of the bid solicitation and the resuIting contract:
a. Manufacturer's Computer Printouts
b_ Chrome Systems, Ins.'s PC Carbook Plus and PC Carbook Fleet Edition
c. Manufacturer's Annual U.S. Price Stook
d. Manufacturer's official website
M. ,don-Scheduled Option:Any optional new or unused component,feature or configurat ion that is not
included or listed in the Base Specifications or options provided by the Vendor.
N. Production Cutoff: A date used by rn a n ufa ct u re rs to notify vendors and dealers that the manufacturer has
reached maximum capacity for orders or are discontinuing the production of an item.Vehicle
manufacturers use this term when referring to any given model your for production.
O. Published List Price: A standard"quantity of one" price currently available to government and educational
purchasers,excluding cooperative or volume discounts.
P_ Purchase Order:A request for order from a purchaser to an awarded Vendor for an item that has been
awarded on this contract. Purchase Orders placed using this contract formalize the terms and conditions
of this contract under which a Vender furnishes items to a purchaser.
Q_ Purchaser A purchaser is an entity that seeks to obtain items awarded on this contrart by meeting the
eiigible user[rite}ria_
R. Qualification Packet; This document contains the required farms,attestations,authorizations, and
organizational information needed by Bidders to submit a successful and complete bid_
fags 7
Page 126 of 593
Agenda Item #6.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
5. Terms&Conditions.This document, which nerves as the governing Invitation to Bid and contract for the
Identified FSA C P P Invitation to BId and resulting ccntract(s). Standard regulations,processes,procedures,
and compliance requirements are identified herein. Bidders complete a qualification packet during the bid
process indicating they agree to comply with the Terms&Conditions,and that this will serve as a contract
for both parties,should the Bidders) receive award.
T. Third Party Supplier; Businesses external to a Bidder or Vender that provide products and services which
contribute to the overall finished item in this contract.Third Party Suppliers are contractors under the
direction and responsibility of the Bidder or Vendor.
U. Vendor;The Bidder(s)that receive award,who agree to provide the contract items that meetthe
requirements and Base Specifications of the contract.The Vendor must agree to the Terms &.Conditions,
which will serve as the governing contract. If the Vendor is not the manufacturer,the Vendor must be
authorized by the manufacturer to market, sell, provide,and service all awarded items.
V. Vendor Installed A product or service provided by the Vendor or other third party, not the factory.
1.09 ELIGIBLE PURCHASERS OF CONTRACT
Awarded bid 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,other special 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. Eligible purchaser also includes all Eligible Users as defined in F.A.C. 60A-1.001(2).
,All purchasers are bound by applicable Federal and 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,awarded Kids can be extended and guaranteed to other entities,which can include out-of-state sales,
in accordance with Vendors' individual manufacturers'agreements.Vendors that wish to extend contract pricing
to entities other than those defined here are governed by their manufacturers'agreements and must agree to the
Terms&Conditions_
1.10 LEGAL REQUIREMENTS
Federal,State,and local laws, ordinances, rules and regulations, including any applicable motor vehicle dealer
laws,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_
Bidders have the option to certify that they are willing to accept purchase orders funded in whole or in part with
federal funds.By opting in, Bidders certify that they are willing to comply with the requirements outlined in
Appendix D upon receipt of a federally funded purchase order.This is not a requirement of the Invitation to Bid or
contract. Bidders are not required to apt-in, however,they are required to indicate whether they will opt-in or opt-
out of receiving federally funded purchase orders. FSA C P P,has taken actions to provide and develop information,
materials, and resources for Bidders, Vendors and purchasers that will assist in the use of federal funding with this
Naga 8
Page 127 of 593
Agenda Item #6.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
contract. It is the responsibility of the purchaser to determine compliance for each Vendor,if they wish to use
federal funds for purchase or intend to request reimbursements using federal funds.
1.11 PATENTS & ROYALTIES
The Bidder/Vendor,without exception, shall indemnify and hold harmless the Florida Sheriffs Association (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 FSAor a purchaser.
if the Bidder/Vendor 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 CPP 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 Terms& Conditions,regarding the items and services specifications,safety,and environmental
requirements shall immediately became a part of the Terms&Con dI tiorrs,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 CPP
immediately,
1.13 UNDERWRiTERS' LABORATORIES
Unless otherwise stipulated in the bid,all manufactured items and fabricated assemblies shall be Underwriters'
Laboratories;,,or U.L.,listed or re-examination listing where such has been established by U.L.for the items)
offered and furnished.
1.14 AMERICANS WITH D[SAB1LiTIES ACT
To request this material in accessible format,sign Ianguage interpreters,information on access for persons with
disabilities, or any accommodation to review any document or participate in any FSA sponsored proceeding, please
contact FSA HLlman Resources at (850)877-2165 five business days in advance to initiate your request.TTY users
may also call the Florida Relay Service at 711.
1.15 REASONABLE ACCOMMODATION
in accordance with the Title li ofthe Americans with Disabilities Act,any person requiring an accommodation
because of a disability at the bid opening must contact the FSA Human Resources at (850)877-2165_
1.16 DISADVANTAGED BUSINESSES
As part of the solicitation process FSA CPP makes information publicly availableto potentially qualified entities,
and conduits additional outreach to qualified:
I'ag�
Page 128 of 593
Agenda Item #6.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
• Small businesses,
i Minority-owned small businessesr
Women owned small business enterprises,and
• Disadvantaged business enterprises.
FSA CPP takes necessary affirmative steps to ensure that minority businesses,women's business enterprises, and
labor surplus area firms are used,when possible,as recommended by 2 C.F.R.§200.321. FSA CRP will:
i Evaluate whether small,minority, and women's businesses are potential sources,
Plare those qualified small and minority businesses and women's business enterprises on solicitation lists,
and
Search the Small Business Administration, Minority Business Cevelopment Agency, and Labor Surplus
Area reports for additional potential sources.
Bidders self-certify in the qualification packet whether they meet the state and federal definition's of a small
business, minority-owned small business, women-owned small business enterprise, and disadvantaged business,
1.17 ANTI-DISCRIMINATION
The Bidder certifies thatthey are in compliance as applicable byfederal or state law with the non-discrimination
clause contained in Section 202, Executive order 11246,as amended by Executive order 11375, relative to equal
employment opportunity for all persons without regard to race,color,religion, sex or national origin.
1.18 BEST COMMERCIAL PRACTICES
The apparent silence or omission of any description from the specifications shall be regarded as meaning that only
the best commercial practices,size,and design areto be used.All workmanship into be first quality. All
interpretations of this specification shall be upon the basis of this statement.
1.19 PUBLIC ENTITY CRIMES (PEC)
in accordance with the Public Entity Crimes,act, Section 287.133, Florida Statutes, a person or affiliate who has
been placed on the convicted vendor list maintained by the'State of Florida Department of Management Services
following a conviction for public entity crimes may not submit a bid on a contract to provide any goods or services
to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public
building or public work, may not submit bids on'leases of real property to a public entity,may not be awarded or
perform work as a vendor,supplier,sub-vendor,or consultant under a contract with a public entity, and may not
transact business with any public entity in excess of the threshold amount provided in Section 287.017, FPorida
Statutes,for CATEGO RY TWO for a period of 36 months from the date of being placed on the convicted vendor list.
1.20 TAX EXEMPTION
Purchasers making a purchase pursuant to the awarded bid are generally exempt from Federal Excise and State
Sales Tax. It is the responsibility of the Vendor to verify that the purchaser is exempt by obtaining the purchaser's
Federal Excise and State Taxes and Use Certificate Number_
The Florida Sheriffs Association is a 501(c)3 organization and is exempt from all Federal Excise and State Taxes_The
FSA State Sales Tax and Use Certificate Dumber is 95-8012fi46919C-3,
Page 129 of 593
Agenda Item #6.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
1.21 ORDER OF PRECEDENCE IN THE EVENT OF CONFLICT
In the event of conflict,the conflict maybe resolved in the following order of priority (highest to lowest}:
+ Addenda to Contract Terms &Conditions,if issued
0 Contract Conditions
• General Conditions
Addenda to Bid Specifications, if Issued
Bid Specifications
Bidder Instructions
1.33 COMMUNICATIONS
Communications between a Bidder, lobbyist or consultant and F5A are limited to matters of process or procedure
and shall be made in writing to the FSA CPP Staff_
Bidders should not rely on representations,statements,or explanations other than those made in this Invitation to
Bid or in any written addendum to this Invitation to Bid, and no oral representations,statementsr or explanations
shall be deemed to hind the FSA or eligible users_
1.33 CLARIFICATION AND ADDENDA
Any questions or darifir,.ations concerning the Invitation to Bid shall he submitted to FSA CPP by e-mail to
9:fs_org with the bid title and number referenced on all correspondence. Final questions must be
received by the date for Request for Clarification stated on the Bid Calendar. Questions and answers will be posted
to the FSA CPP welbsite on the date indicated on the Bid Calendar_ Questlons received during the none of silence
date Ilsted on the bid calendar will net be addressed, except as provided herein.
Interpretation of the specifications or any solicitation documents will not be made to the Bidder verbally,and If
any verbal clarifications are provided, they are without legal effect. FSA CPP will make every attempt to e-mail
updates to registered Bidders. However, posting to the FSA CPP+,+,+ebsite or the Bid System constitutes proper
notice of addenda.
The FSA CPP shall issue a Formal Addendum if substantial changes that impact the submission of bids are required.
Any such addenda shall be binding on the Bidder and shall become a part of the solicitation document. In the
event of conflict with the original specifications, addenda shall govern to the extent specified.Subsequent Formal
Addenda shall govern over prior Formal Addenda only to the extent specified.The FSA will not be responsible for
any explanation or interpretation made verbally or in writing except those made through the posting of a Formal
,addendum,
The bid submi5sion constituutes acknowledgment of addenda to the Bid Specifications, Bids that fail to account for
the specification addenda shall be determined to be nonresponsive;however,the FSA CPP may waive this
requirement when in its best interest.
After the start of the contract term, FSA CPP will notify all Vendors of any addenda and will require
acknowledgement of the new terms and conditions, If the Via ndor does not agree to this new terms and conditions,
the'Vendor's award Gan be removed or replaced by another Vendor or qualified responsive bidder.
Page 130 of 593
Agenda Item #6.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
1.24 SIGNED BID CONSIDERED AN OFFER
i he signed bid Shall be considered an offer on the part of the Bidder,which offer shall be deemed accepted upon
approval by the FSA CPR_The bid submission must be signed by an authorized representative_ Submission of a bid
in the FSA CRP Bid System constitutes a signed bid for purposes of bid evaluation_ An electronic signature may be
used and shall have the same forte and effect as a written signature.
1.25 ASSIGNMENT OF CONTRACT
No right or interest in this contract may be assigned,transferred,conveyed, sublet or otherwise disposed of,
without prior written consent of the FSA CPP.
If the original Vendor sells or transfers all assets or the entire portion of the assets used to perform this contract,a
successor-in-interest must perform all obligations under this contract- FSA CPP reserves the right to reject the
acquiring entity as Vendor.A change of name agreement will not change the contractual obligations of the Vendor.
in the event a manufacturer reassigns the product lime to an alternate company,the Vendor is required to notify
the FSA CPP in writing of the change within 10 business days of the reassignment. If the Vendor is not already an
approved FSA CPP Vendor,the alternate company is required to submit a Qualifications Packet to the FSA CPP to
become an approved Vendor rp -or to conducting any qualified sales. FSA CPP may approve such assignments of
existing or new venders at its discretion.The Vendor is required to honor the contract pricing and all of they
applicable Terms&Conditions throughout the remaining terra of the contract.
1.26 TERMINATION OF PRODUCT LINE
If a Vendor terminates a product line(manufacturer or brand),the Vendor is required to notify the FSA CPP within
10 business days of the decision not to retain the product line. FSA CPP may remove the terminated products from
the contract.
1.27 DEMONSTRATION OF COMPETENCY
Bidders must be able to demonstrate a good record of performance for a reasonable period of time, and have
sufficient financial support,equipment and organization to ensure they can satisfactorily execute the services if
awarded a contract under the terms and conditions herein stated.
The terms"equipment"and "organization"as used herein shall be construed to mean a fully equipped and well-
established company in line with the best business practices in the industry and as determined by the FSA CPP,
The FSA CPP may consider any evidence available and may require submission of supporting do[umn ntation
regarding the financial,technical and other qualifications and abilities of a Bidder, including past performance with
the FSA CPP in making the award_
FSA CPP may inspect the Bidder's facility prior to the award of contract. Bids will only be considered from firms
which are regularly engaged in the business of providing the goods or services described in this Invitation to Bid_
Information submitted in the bid may not be plagiarized and, except in the case of materials quoted from this
sollcltatlon or developed by the manufacturer,must be the original work of the individual or company that submits
the bid for evaluation.
n-n,.Er 12
Page 131 of 593
Agenda Item #6.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
1.28 VENDOR ABILITY TO PERFORM
The FSA CPP may require Kidders to show proof that they have been designated as authorixed representatives of a
manufacturer or supplier,which is the actual source of supply_ In these instances,the FSA CPP may also require
information from the source of supply regarding the quality, packaging and characteristics of the products.Any
conflicts between this material information provided by the source of supply and the information contained In the
bid submission may render the bid nonresponsive_
During the contract period, FSA CRP may review the Vendor's record of performance and may require submission
of supporting documentation to ensure that the Vendor is providing sufficient financial support, equipment and
organization.
If the FSA CPP determines that the Vendor no longer possesses the financial support,equipment and organization
in carder to comply with this section, FSA has the authority to immediately terminate the contract.
By responding to this Invitation to Bid,the Vender warrants that,to the best of his or her knowledge,there is no
pending or threatened action, proceeding, or investigation,or any other legal or financial condition,that would in
any way prohibit, restrain,or diminish the Vendor's ability to satisfy the obligations of a resulting contract,The
Vender warrants that neither it nor any aff IIlate is currently on the convicted vendor list maintained pursuant to
section 287,133 of the Florida Statues,or can any similar list maintained by any other state or the federal
govcrnmr..nt,The Vendor shall immediately notify the FSA C P P and purchaser in writing if its ability to perform is
compromised in any manner during the term of the contract,.
1.29 FINANCIAL RESPONSIBILITY
Bidder affirms by the submission of the bid and by signature on the contract signature form that the Bidder:
IP Has fully read and understands the scope,nature,and quality of work to be performed or the services to
be rendered under this bid and has adequate facilities and personnel to fulfill such requirements_
• .Accepts the financial responsibility associated with this bid and declares that they have the access to
capital(in the farm of liquidity or credit linen in order to meet the financial dernands of such award.
Has assessed the financial responsibility required to serve the contract as bid,including such details as the
obligations to perform all items bid, vanes hid, and quantities that could be ordered, as well as timing of
payment from purchasers,which can be 4S calendar days from receipt of invvire_
1.30 QUALITY AND SAFETY
All materials used for the manufacture or construction of any supplies, materials or equipment covered by this bid
shall be new_The items bid must be new,the latest model, of the hest quality, and highest-grade workmanship
that meet or exceed federal safety standards,
Items requiring certification should require certification of options in cases where non-certified options could
result in the decertification of the original product or warranty_ In all cases where options are not certified,the
Vendor must disclose to the end user that the non-certified options are not required to he certified-All options
must meet or exceed federal safety standards.
P.-Ir.c 13
Page 132 of 593
Agenda Item #6.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Candition5
1.31 NONCONFORMANCE
Items may he tested for conformance with specifications_ Items delivered that do not conform to specifications
may be rejected and returned at the Vender's expense_
Any violation of these stipulations may also result In.
• Vendor's name being removed from the awarded vendor list.
F5A and purchasers being advised not to do business with Vendor.
1.32 GRATUIT[ES
Bidders shall not offer any gratuities,favors, or anything of monetary value to any official,employee, or agent of
the FSA,for the purpose of influencing consideration of this bid. Bidders shall disclose in writing any conflicts of
interest to FSA prior to any award,or as soon as practicable after learning of any such conflict, including any
contractual or employment relationships with FSA or potential purchasers of Bidders'products or services.
1.33 TIE BIDS
FSA CPP has the right to award multiple Bidders the primary or alternate award in the event of a tie. In the event
the FSA CPP desires to break tie bids, and businesses have qualifying drug-free work programs,the award will be
made using the following criteria;
IP Bidder within the State of Florida
• Vendors' performance record with purchasers
• Coin floss
1.34 RIGHT TO AUDIT
Vendor shall establish and maintain a reasonable accounting system that enables FSA CPP to readily identify
Vendor's sales, FSA CPP and Ws authorized representatives shall have the right to audit and to make copies of all
related records pertaining to this contract, including all government sales and eligible user information,whether
kept by or under the control of the Vendor,including,but not limited to those kept by its employees,agents,
assigns,successors, sub-vendors,or third-party st+pplier5 in whateverform they may be kept—written or
electronic. Such records shall include, but not be limited to:
+ Accounting records,including but not limited to purchase orders, confirmation of orders or
invoices, paid vouchers,cancelled checks, deposit slips, ledgers, and bank statements,
i Wriitten policies and procedures;
• Subcontract files(including proposals of surcessful and unsuccessful Bidders, bid recaps,.etc_);
• Original estimates,quotes, or work sheets.-
* Contract amendments and change order files,
• Insurance documents; or
! Memoranda or correspondence_
Vendor shall rmaintain such records during the term of this contract and for a period of three(3)years after the
completion of this contract.At the Vendor's expense and upon written notice from FSA CPP,the Vendor shall
provide such records for inspection and audit by FSA CPP or its authorized representatives.Such records shall be
made available to FSA CPP during normal business hours within three business days of receipt of the written
notice. FSA CPP may select the Vendor's place of business or off site location for the audit.The FSA CPP may also
request the Vendor provide requested records via a-mail.
14
Page 133 of 593
Agenda Item #6.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Vendor shall ensure FSA has these rights with Vendor's employees,agents, assigns,successors, and third-party
suppliers,and the obligations of these rights shall be explicitly included in any subcontracts or agreements formed
between the Vendor and any sub-vendors to the extent that those subcontracts or agreements relate to fulfillment
of the Vendor's obligations to FSA.
Professional fees, personnel costs and travel costs incurred by FSA under its authority to audit and not addressed
elsewhere will be the responsibilityof the FSA. However,if the audit identifies underreporting,overpricing or
overcharges (of any nature) by the Vendor to FSA or a purchaser in excess of three percent(3%)of the total
contract billings,the Vendor shall reimburse FSA for the total costs of the audit not to exceed $5,,000. If the audit
dis,covers substantive findings related to fraud, misrepresentation, or non-performance., FSA may recoup all the
costs of the audit work from the Vendor.
Any adjustments or payments that must be made as a result of any such audit or inspection of the Vendor's
invoices or records shall be made within a reasonable amount of time(not to exceed 60 calendar days) from
presentation of FWs findings to Vendor,
FSA has the right to assess damages or seek reimbursements or refunds based on audit results_
1.35 LICENSES AND PERMITS
The Bidder shall obtain and pay for all licenses, permits and inspection fees for this bid submission and any
resulting contract, Where Vendors are required to enter or go onto FSA or purchaser property to deliver materials
or perform work or services as a result of a bid award,the Vendor will assume the full duty, obligation and expense
of obtaining all necessary licenses, permits and insurance-
7 h e Bidder must, by the time of award, be registered to do business in the State of Florida on Sunaiz-gov_
1.36 PERFORMANCE BONDS
Purchasers may request a performance band from a Vendor. Performance bonds are recommended with pre-
payrnent and will be at the expense of the requesting agency. Purchasers should determine the best practice in
comparing performance bond expense against any prior discounts that may be available.
1.37 ELIMINATION FROM CONSIDERATION
This invitation to Bid shall not be awarded to any person or Bidder who has outstanding debts to the FSA,whether
in relation to rurrent or previous bid awards or for other business purposes.
1.38 INDEPENDENT PREPARATION
A Bidder shall not, directly or indirectly,collude,consult,communicate or agree with any other Bidder as to any
matter related to the bid each is submitting. Additionally,a Bidder shall not induce any other Bidder to modify,
withdraw, submit,or not submit a bid_
Bidders or Vendors who are found to have engaged in these acts will be considered nonresponsive and will be
suspended or barred from bid participation.Any contract award resulting from these acts may be terminated for
11,1 15
Page 134 of 593
Agenda Item #6.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
default. Further,any such vets detected by the FSA may be reported to relevant law enforcement and/or
prosecutorial agencies.
Bidders may submit multiple bids without violating this provision if the bid submitted is not from the same
manufacturer and product line. Dealers that share the same ownership may submit multiple bids without violating
this provision if the Bidders are not in the same region featuring the same manufacturer and product line.
1.39 DEFAULT
In case of default on the part of Vendor,the FSA CPP may take necessary steps to otherwise procure the products
sought, including but not limited to procuring the products or services from the next highest ranked Bidder or from
other sources_A defaulting Vendor may be held liable for costs incurred by the FSA in procuring replacement
products_
1.49 PROTESTS AND ARBITRATION
Any person who is adversely affected by the decision or intended decision to award shall file a "Notice of Protest"
in writing to the FSA CPP within three (3}business days after the pasting of the Intent to Award and shall file a
formal written protest within five(5) business days afterfiling the Notice of Protest_ Failure to file both a notice of
protest and a formal written protest within the above referenced timelines shall constitute a waiver of
proceedings.
The burden is on the party protesting the award of the bid to establish grounds for invalidating the award(s).The
formal written protest must state with particularity the facts and law upon which the protest is based. options are
for informational purposes only and will not serve as a basis for protest. Failure to do so will result in a denial of
protest. Formal written protest which states with particularity the facts and law upon which the protest is based
will be reviewed by FSA legal counsel for legal soundness and validity, and corrective action will be taken as
needed contingent upon t h e va I idity of such claims. However, any additional time required and cast:incurred by
the FSA to substantiate a protesting party's claim(s) beyond the normal scope of its legal review due to the vague
or inconclusive nature of the protesting party's filing will be reirnbursable to the FSA and deducted from the
protesting party's bond or security which must accompany their filing.
,Any Bidder who files an action protesting a decision or intended decision pertaining to this contract shall post a
bond,cashier's check or money order payable to the Florida Sheriffs Association in the amount equal to ten
percent of the item being protested_The bond,cashier's check or money order must be filed at the time of filing
the formal written protest or within the five (5)business day period allowed for filing the formal written protest.
FSA CPP will provide the amount required within two(2) business days of the notice of protest received. This bond
or security will be conditioned upon the payment of all costs which may be adjudged against the protesting party
in a court of law and/or to reimburse the FSA for additional legal expenses incurred and required to substantiate
the protesting party's rIaim(s), Failure to post the bond or security requirement within the time allowed for filing
will result in a denial of protest,The filing of the protest shall not stay the implementation of the bid award by the
Florida Sheriffs Association.
Should the unsuccessful Bidders)decide to appeal the decision of the FSA,they shall file a notice to FSA CPP
within three(3) business days of the FSA laid protest decision regarding their intent to request arbitration.A
demand for arbitration with the American Arbitration Association's(AAA.)commercial panel under its rules and
regulations must be made within ten (10) lousiness days of the FSA bid protest decision.Any person who files for
an arbitration with the AAA shall post with the Florida Sheriffs Association at the time of filing the formal written
arbitration request,a bond,cashier's check or money order payable to the Florida Sheriffs Association in the
16
Page 135 of 593
Agenda Item #6.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terns and Conditions
arnaaunt equal to ten percent of the product line being protested.This amount will be the same amount as the FSA
CPP provided at the time of filing the initial protest. Failure to provide written notice to FSA CPP,file a demand for
arbitration with the AAA,or failure to post the required bond and security requirement within the specified
timellnes shall constitute a waiver of arbitration proceedings. By responding to this procurement, the Bidder
expressly agrees to the use of mandatory binding arbitration to resolve any appeals of the decision of the FSA,and
any claims arising from or in any way relating to the procurement process,and expressly waives any and all rights
that it may otherwise have to pursue such claims in any other forum,judicial or otherwise.
if the party filing for arbitration does not prevail, it shall pay all costs, legal expenses and attorney fees of the
prevailing party incurred in connection with the arbitration. However,if the filing party prevails,the parties shall
share equally the fees and expenses of the arbitration and AAA and each shall bear the cost of their own attorney
fees,The filing for arbitration shall not stay the implementation of the bid award by the Florida 5heriff5
,Association.
1.41 NONPERFORMANCE
By virtue of the bid submission, Bidder acknowledges its obligation to sell items in all zones for which it is awarded.
Upon award,failure of the Vendor to corn ply with these requirements may result in the imposition of liquidated
damages of up to$1,000 per item,,which amount the Vendor agrees is reasonable, or probation,suspension,
termination or a combination thereof from current and future bids at the FSA CPP's discretion.
The Vendor shall at all times during the contract term remain responsive and responsible, In determining Vendor's
responsibility,the FSA CPP shall consider all information or evidence that demonstrates the Vendor's ability or
willingness to fully satisfy the requirements of the Terms&Conditions..
Vendors that are not in Compliance with any of the provisions of this Contract can he assessed liquidated damages,
suspended or terminated from the contract,The FSA CPP at its sole discretion may remove a noncompliant Vendor
from future competitive bid solicitations;or take other actions including suspension from the contract until
compliance issues are resolved, limit current or future vendor participation by items or zones,or other actions as
determined by FSA CPP at its sole discretion_
At FSA UP's discretion,Vendors may be required to develop corrective action plans to address contract
compliance. Failure to abide by corrective action plans will result termination from the existing contract and future
competitive bid solicitations at the discretion of the FSA CRP.
in situations where there is evidence that the Vendor has engaged in egregious breaches of the contract with
respect to either the FSA CPR and/or the purchaser,the contract can be terminated and the Vendor will be
removed from future solicitations For a period of up to three (3)years, or a permanent ban from the bid process at
the sole discretion of FSA CPP,
Specific conditions for termination include,but are not limited to;failure to perform, refusal to accept orders
during the contract period while manufacturer orders are still being accepted for current model year or the new
year if the vehicle is price protected by the factory, charging amounts exceeding MSRP on factory or Vender
installed items and packages, requiring the purchase of additional options over and above the base vehicle as a
condition of acceptance of order, providing aftermarket options where factory options are available without the
consent of the purchaser,any misrepresentation of optional equipment or service as being factory that fails to
meet the definition as described in this document,and any other practice deemed to be inconsistent with the
intent of the contract.
Page 136 of 593
Agenda Item #6.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Any Vendor presented with a valid Purchase Carder consistent with Vendor bid quotes or other agreed upon terms
and pricing Is required by this contract to accept such purchase order and deliver the product. Purchase orders
must be fulfilled whether or not the Purchase Order includes options.The Vendor must deliver this product in
accordance with the Terms&Conditions—regardless of whether doing so will provide the Vendor with a profit or
loss.
Failure to deliver the item may result in the purchaser seeking damages for the difference of cost to issue a new
Purchase Order with another Vendor plus any Legal fees and damages that may be incurred in the process to
facilitate a completed carder, Additionally, FSA CPP may seek damages for nonpayment of administrative fees,to
which FSA CPP is entitled,.according to Section 3.28, and any attorney's fees incurred in the recovery of these
damages.
1.42 SEVERABILITY
In the event any provision of this contract is held to be unenforceable for any reason,the unenforceability thereof
shall not affect the remainder of the contract,which shall remain in full force and effect and enforceable in
accordance with its terms.
1.43 TERMINATION FOR CAUSE
if through any cause within the reasonable control of the Vendor, it shall fail to fulfill in a timely manner, or
otherwise violate any of the terms of this contract,the FSA CPP shall have the right to terminate the services
remaining to be performed.Written notice of the deficiencies shall be given to the Vendor and unless the
deficiencies are corrected within 10 business days,the contract may be terminated for cause immediately.The
right to exercise the option to terminate for cause shall be in the sole discretion of the FSA CPP,and the failure to
exercise such right shall not be deemed to constitute a waiver of this right.
In the event of a termination for cause,the purchaser shall compensate the successful Bidder in accordance with
the-contract for all services performed by the successful Bidder prior to termination, net of any costs incurred by
the purchaser and FSA as a consequence of the default_
Notwithstanding the above,the Vendor shall not be relieved of liability to the FSA for damages sustained by the
FSA by virtue of any breach of the contract by the Vender, and the FSA CPP may reasonably withhold payments to
the Vendor for the purposes of offset until such time as the exact amount of damages due the FSA from the
vend€ar is determined.
1.44 TERMINATION WITHOUT CAUSE
The FSA CPP can terminate the contract in whole or part without cause by giving written notice to the Vendor of
such termination,which shall become effective 30 calendar days following receipt by Vendor of such notice.
In the event of a termination without cause, all finished or unfinlshed documents and other materials shall be
properly delivered to the FSA CPP.
The Vendor shall not furnish any product after it receives the notice of termination, except as necessary to
complete the continued portion of the contract, if any. The Vendor shall not be entitled to recover any last profits
that the Vendor expected to earn on the balance of the contract or cancellation charges.
Page 137 of 593
Agenda Item #6.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Ccntract Terns and Conditions
Any payments to the Vendor shall be only to the total extent of the purchaser liability for goods or services
del vered prlor to the date of notice to terminate the contract,
1.45 CONTRACT ADVERTISEMENT AND USE OF FSA LOGO
The FSA logo is an official logo of the Florida SherlfIs Association designed to promote the program.The logo may
be used by Vendors in accordance with this policy. Use of the logo is limited to the original version received from
the FSA. Madifications are not permitted.
Methods of ease include, but are not limited to:
• Electronic mediums such as websites,digital marketing campaigns,social media and a-mails or
• PHnt media Such a forms, marketing campaigns, husiness cards, posters, banners, brochures, fivers and
postcards-
Vendors may request use of the logo by contacting cp "I heriffs ore,and should include a brief description of
how the Vendor intends to use the logo- The official FSA sheriffs star and wreath logo may not be used without
prior written permission-
19
Page 138 of 593
Agenda Item #6.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
,D BIDDER INSTRUCTIONS
2.01 QUALIFICATION
Bidders are required to complete the qualification packet as part of the bid submission.A Bidder becomes a
qualified bidder if they comply with this section and Section 2.11, Mandatory Pre-Bid Meeting.
Qualification Packet information required for bid qualification include;
• Qualification fOTM
o Contact Information
o Business Profile
o Reference5
o Disqualifications&Defaults
o Warranty Service Plan Attestation
o Emergency Technician Attestation
• Compliance Attestations
o E-Verify
o Drug-Free Workplace
o Workers Compensation
o Compliance with Applicable Federal, State, and Local Laws and ordinances
Federal Compliance
• If willing to comply with the requirements applicable to federally funded purchase orders, Federal
Compliance Certifications
c Certification Regarding Debarment and Suspension
c Certification Regarding Lobbying
• Contract Signature Form
Insurance ChedIist
o Certificates of Insurance due five days prior to award
The qualification packet Is located un the Bid System:
.02 LICENSING AND FACILITIES
Bidders are required to obtain all required licenses, including any applicable motor vehicle dealer licenses,and
registrations,and comply with all applicable Federal,State,and local laws and ordinances,including any applicable
motor vehicle dealer laws, in order to bid on any motor vehicle.
Bidders roust maintain a repair facility within the State of Florida to provide warranty service for the items bid, If
Bidders do not have a facility,the Bidder must be able to assist purchasers in obtaining warranty work a5
authorized by the manufacturer_
If a Bidder does not maintain a farility within the State of Florida,the Bidder must have a plan as to how the Bidder
would service Florida purchasers if awarded the contract.This warranty service plan must demonstrate that the
warranty work will be timely and satisfactorily performed and should include.
• Whether the warranty service provider is approved by the manufacturer;
• If the Bidder plans to contract out for service,a copy of the service agreement;and
• Zone specifIr service plans to include:
o Response time to initial call from purt hare r,
Y,:iee 20
Page 139 of 593
Agenda Item #6.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
v Number of personnel available to service the contract,
o Qualifications of personnel providing warranty work,and
o Any additional information that would detall how warranty service would be provided.
The sufficiency of the Warranty Service Plan may be evaluated by the FSA CPP.The FSA CPP reserves the right to
request additional information from a Bidder regarding the facility during the solicitation and the term of the
contract,if awarded.The FSA CPP may also exercise discretion in examining such facility as deemed necessary.
.03 INSURANCE AND 1N17EIt NIFICArrION
Bidder/Vendor shall be fully liable for the actions of its agents,employees, partners,or third party suppliers and
shall fully indemnify,defend,and hold harmless the Florida Sheriffs Association,the participating agenciesr and
their officers,agents,and employees from suits,actions,damages,and costs of every name and description,
including legal counsels"fees, arising from or relating to personal injury and damage to reed or personal tangible
property alleged to be caused in whole or In part by Bldder/Vendor., Its agents,employees, partners,or third party
suppliers; provided, however,that the BldderJVendor shall not Indemnify for that portion of any loss or damages
resulting directly from the negligent acts or omissions of the Florida Sheriffs Association and participating agencies
or proximately caused by intentional wrongful acts or omissions of the Florida Sheriffs Association and
participating agencies.
The Florida Sheriffs Association anal/or participating agencies shall give the Bidder/Vendor (2) the opportunity to
take over and settle cr defend any such acticn at Bid ders/Vendor's sole expense. When reasonable, the Florida
Sheriffs Association will give the BidderfVendor written notice of an action orthreatened action. 8idder/Vendor
shall not be liable for any unreasonable cost, expense or compromise incurred by the Florida Sheriffs Association,
or participating agencies, in any legal action without Bidder's prior written consent,which consent shall not be
unreasonably withheld, conditioned, or delayed.
The Insurance Checklist summarizes the Bidder's/Vendor's insurance coverage obligations,if awarded, Certificates
of Insurance,evidencing such coverages and endorsements as required herein, shall be provrided no later than five
(5)business days prior to the contract award date.The Vendor may not begin performance under the contract
until such Certificates have been approved by the FSA CPP.
The certificate must state Bid Number and Title. FSA must be named as are additional insured for the duration of
the contract_
The Vendor shall maintain comprehensive general liability insurance and general aggregate insurance in the
amount and coverage levels specified on the Insurance Checklist.
The Vendor shall specifically and distinctly assume,and does so assume,all risks of damage or injury to property or
persons used or employed on or in connection with the work and of all damage or injury to any person or property
wherever located, resulting from any action or operation under the contract or in connection with the work. It is
understood and agreed that at all times the Vendor is acting as an independent contractor. The Vendor shall be
responsible for the work and every part thereof, and for all materials,tools, appliances and property of every
description, used in connection with this particular contract.The Vendor at all times during the full duration of
work under this contract,including extra work in connection with this contract,shall meet the requirements of this
section.
The Vendor shall maintain automobile liability insurance including property damage covering all owned, non-
owned, hired and scheduled automobiles,when used in connection with the delivery or service of this contract.
n-n,.E, 1
Page 140 of 593
Agenda Item #6.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Candition5
The Vendor shall maintaln.insurance to cover garage operations in the amount specified on the Insurance Checklist
when the garage is used to complete work on this contract.
All insurance policies shall be issued by companies authorized to do business under the Laws of the State of Florida
and these companies must have a rating of B+or better per the AM Best Rating.
FSA CPP required insurance coverages must be maintained through the duration of the contract. Upon expiration
of the required insurance. the Vendor must email updated certificates of insurance for as long a period as any
work is still in progress. No change or cancellation in insurance shall be made without 30 calendar days written
notice to the FSA CPP.
It is understood and agreed that all policies of insurance provided by the Vendor are primary coverage to any
insurance or self-insurance the FSA possesses that may apply to a loss resulting from the work performed in this
contract.All policies issued to cover the insurance requirements herein shall provide full coverage from the first
dollar of exposure.
The liability insurance coverage shall extend to and include the following contractual indemnity and hold harmless
agreement;
The Vendor hereby agrees to indemnify and hold harmless the FSA, a$01��J3, its officers, ogenM and
employees from all claiM5 for bodily injuries to the public and for all damages to the property,per the
insurance requirement under the specificertions including costs of investigation,all expenses of fitfgotion,
including reasonable!ergol course!fees and the cost of appeals arising out of any such claims or snits
becouse of ony and rail acts of omission or commission of any by the Vendor, his agents,servants,or
employees, or through the mere existence of the,project under contract-
The foregoing indemnity agreement shall apply to any and all claims and suits other than claims and suits arising
out of the sole and exclusive negligence of the FSA, its officers, agents, and employees,as determined by a court of
competent jurisdiction.
The Vendor will notify the insurance agent without delay of the existence of the Hold Harmless Agreement
contained within this contract and furnish a copy of the Hold Harmless Agreement to the insurance agent and
carrier.
The Vendor will obtain and maintain contractual liability insurance in adequate limits for the sole purpose of
protecting the FSA under the Hold Harmless Agreement from any and all claims arising out of this contractual
operation.
The Vendor will secure and maintain policies of third-party suppliers.All policies shall be made available to the FSA
upon demand.Compliance by the Vendor and all third-party suppliers with the foregoing requirements as to
carrying insurance and furnishing copies of the insurance policies shall not relieve the Vendor and all third-party
suppliers of their liabilities and obligations under any section or previsions of this contract_Vendor shall be as fully
responsible to the FSA for the acts and omissions of the third-party suppliers and of persons employed by them as
they are for acts and omissions of persons directly employed by the Vendor_
The FSA can request, and the Vendor shall furnish proof of insurance within seven (7)calendar days of receipt of
the written request from F5A_ Should the Vendor fail to provide acceptable evidence of current insurance during
the contract term, the FSA CPP shall have the right to consider the contract breached and justifying the
Pape 22
Page 141 of 593
Agenda Item #6.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
termination thereof. If Bidder does not meet the insurance requirements;the FSA may consider alternate
Insurance coverage.
Z.04 SPECIFICATIONS
All items covered by this Invitation to Bid and any resulting contract,and the specifications shall be the
manufacturer's current basic production model,and shall,as a minimum, be equipped with all standard factory
equipment.In accordance with the manufacturer's latest literature unless otherwise noted in the Bid System or FSA
CPP Item group specification.
The Base Item Specifications are contained in the FSA CPP Bid System, may be requested from FSA CPP, and are
retained within FSA CPP's archive.As part of the bid submission, Bidders will be required to provide confirmation
that the item bid meets,the FSA CPP Base Specification. FSA CPP may reject bids that fail to provide confirmation
that the item(s) bid meet the FSA CPP Bid Specifications.
FSA CPP develops the specifications with subject matter experts and publicly available information. However, FSA
CPP does not have access to full details from the manufacturer and relies on Bidders to assist in this process.
Bidders should immediately notify the FSA UP of any inaccuracies in the specifications.All notifications of
inaccuracies must be in writing.
if awarded a contract,Vendors)must offer and supply an item that either meets or exceeds all the requirements
included in the applicable Bid Specifications, unless a purchaser specifically issues a Purchase Order for a base item
and Option that differs from the Base Specifications. Failure of a Bidder to comply with these provisions will result
in Bidders being held respon5ibie for all costs required to bring the item into compiiance with the contract
specifications.
2.05 SEALED BIDS
For purposes of this solicitation, a sealed bid is considered a bid submitted using the FSA CPP Ri:d System.
2.06 MISTAKES
Bidders are expected to examine the Base Item specifications,delivery schedules, bid prices and all information
pertaining to servicing this contract before submitting bid.Failure to do so will be at the Bidder's risk.
2.07 EXCEPTIONS
Any requested exceptions,deviations,or contingencies a Bidder may have to the Terms &Conditions must be
documented in Bidder's submission. Exceptions to the Base Specifications at the time of the bid submission shall
reference the item number, make and model_ FSA CPP has the discretion to grant or deny, in whole or in part,the
Bidder's.requested exception, deviation or contingency to the specifications or Terms&Conditions_ Bidder
acknowledges that the bid may be disqualified if FSA CPP rejects the proposEd exceptions_
2.08 EQUIVALENTS
Prior to the opening of the Bid System, Bidders may request item equivalents_1 he Bidder must submit the
manufacturer name and model number (or product identifier)-of each equivalent requested to FSA CPP_Complete,
Page 23
Page 142 of 593
Agenda Item #6.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
descriptive,technical literature should demonstrate that the equivalent ronforms with specification. if a bid uses
equivalents without prior approval,the bid may be disqualif led.
.09 MANDATORY PRE-BID MEETING
Prospective Bidders are required to attend or participate in the mandatory Pre-Bid Meeting.The Pre-Bld Meeting
is designed for vendors, the Fleet Advisory Committee and the F5A CPP to clarify questions on the Terms&
Conditions and to confirm all Base Item specifications. Questions relating to the items,specifications,the bid
process,or award can he asked at the Pre-Bid Meeting. Bidders have the opportunity to suggest technical
modifications or corrections before the Base Item specifications are finalized.
F5A CPP reserves the right to grant attendance exceptions to the mandatory meeting if the Bidder has requested
authorization,agrees in writing to meet all the Terms&Conditions without exoeption and further waives their
right to protest the bid process in its entirety or any portion thereof.
.10 PRICES QUOTED - HEAVY TRUCKS AND BUSES AND EQUIPMENT
INVITATIONS TO BID
Items and options should reflect the most complete price and be below MSRP and at a minimum should cover the
cost of the item or option bid.
Prices quoted in the bid submission should reflect the final amount the Bidder can expect to receive for payment
for the items bid for the duration of the contract, unless otherwise provided in the contract, Prices subrnitted as
indicated in the sealed bid are final. Bidders acknowledge that prices quoted will be valid for a period of sixty(60)
calendar days from the date of bid opening.
Each item, make,and model must be priced and bid separately. Prices must be inclusive of all the components
included in the Base Specification.
Prices bid must include the administrative fee F5A CPP charges to administer the contract,as outlined in these
Terms&Conditions.The administrative fee is three quarters of one percent(.0075).
Prices bid must be at least cost, be Free On Board(F00) destination, and must include delivery to the purchaser,
Upon award,the Vendor has the authority to offer additional discounts based on prompt payment, quantity, as
well as additional manufacturer or vendor discounts_
.11 PRICES QUOTED - PURSUIT, ADMINISTRATIVE AND OTHER VEHICLES
INVITATION TO BID
Due to the changing market conditions,the FSA CPP has temporarily moved to a percent above cost, or"cost-
plus", model for the Pursuit,Administrative and Other Vehicles Contract.The cost-plus model allows for Vendors
to sell items immediately when order wandows open up for next year's model,when the manufacturer changes
price during the contract term,or when new items come to market.
Bidders shall provide a bid Price and a Percent for each item bad_The Bid Price will be used to evaluate the lowest,
responsive and responsible Bidder for each item and zone.The Percent will be used under an awarded contract to
determine the rest-plus pricing for new year's models,when the manufacturer changes price during the contract
Page 143 of 593
Agenda Item #6.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
berm,or when new Items come to market.The FSA CPP will use the percent feature of the Bid System as the field
to rapture the percent above cost that the Vendor can expect to receive from the purchaser for the purchase of an
awarded item.
The FSA CPP has the discretion to disqualify Bidders if the proposed Percent is excessive. In order to determine if
Percent is excessive, FSA will compare the Percents proposed by Bidders for each item in each zone.
Prices and Percents bid for items and options should reflect the most ccmplete item price, be beiow MS RP, and at
a minimum should at least cover the cost of the item or option bid.
Prices and Percents bid must be at least "Item Cost", be Free On Board (FOB)destination, and must include
delivery to the purchaser.
As used in this provision, "Item Cost" is defined as the factory invoice price for the item,the Original Equipment
Manufacturer(0EM)destination and delivery to dealer,and the FSA Administrative fee., rninus the OEM
government pricing concessions specific to this bid,all manufacturer incentives.discounts, rebates,concessions
and holdbacks.
As used in this provision, "Total Cast" is defined as the Item Cost, plus Busts of dealur's flvorplan estimated
operational expenser and costs of dealer for preparation,cleaning,and as5embling,gas, and delivery to zone.
As used in this provision, "Bid Prue" is defined a5 the Total Cost and profit.
As used In this provision, '"PercenC Is defined as the markup over Item Cost.
Bid Prices will be used as the Initial publish pricing for awarded Items_ As windows open up for next year's model,
the manufacturer changes price during the contract term,or as new Items come to market, FSA CPP will work with
Vendors to update the published pricing for such items based on the awarded Percent,with In a reasonable period
of time.Vendors may accept Purchase Orders fear such items In accordance with these Terms&.Conditions before
submitting updated published pricing to FSA CPP.
..12 PUjmrr, ADMINISTRATIVE,AND OTHER VEHICLES CONTRACT COST-PLUS-
PERCENT PRICING
Due to the changing market conditions,the FSA CPP has temporarily moved to a percent above cost, or"cost-
plus"', model for the Pursuit,Administrative and Other Vehicles Contract.The cost-plus model allows for Vendors
to sell Items immedlately when order windows.open up for next year's rn ode 1,when the manufacturer changes
price during the con tract term,or when new items come to market.
The Bid System provides each Vendors' percent above cost at which the Vendor will sell such items, The Percent
provided in the Bid System does not provide a percent discount for items bid.
if Vendor fulfills a Purchase order at other than published pricing, at purchasers' request,Vendor must provide
documentation substantiating the Item Cost,as defined in section 2.11.
Page 25
Page 144 of 593
Agenda Item #6.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
.13 OPTION PRICING - EQUIPMENT INVITATION TO BID
The Bidder shall offer discount below Man A actu rer's Standard Retail Pricing (MSRP) or man ufacturers pub li5hed
list price for any factory options included in the bid submission and quotes to purchasers, if awarded_ FSA CPI>
requests'Vendors include most frequently purchased scheduled,factory and aftermarket options in the bid_
Options are Intended to add or delete equipment or features from the Base Specification. Options can provide an
upgrade or downgrade to a manufacturer's model, such as a slightly different engine size or horsepower,and
should not be made available for purchase separate from the base vehicle or equipment. Options may only provide
a downgrade to a manufacturer's model when specifically requested in a Purchase Order issued in accordance with
the Terms&Conditions by a purchaser. Bidders shall NOT use options to create equipment that is entirely
different than the FSA CPP Base Specification or are available as another specification bid on this Invitation to Bid.
Bidder must use proper factory codes for all factory options.Options available through the factory may be bid and
supplied to purchaser as "factory" options,unless otherwise requested in writing by the purchaser.
The FSA CPP has the discretion to disqualify Bidders if the option pricing is excessive or if options listed are not
available for the item bid. in order to determine if pricing is excessive, Bidders agree to provide documentation to
FSA CPP to verify cost at anytime during the solicitation process or during the contract term.This information is
for comparison purposes only when determining if pricing is excessive and will not be published.
Option pricing will include all costs of labor associated with the option and cost of labor should not be listed
separately within the bid_ For purposes of this bid,Emergency Lights and Sirens will require a separate pricing
sheet upload in the Bid Systems Section 2_15 contains specific instructions and exceptions for Emergency Lights and
Sirens_
If a Bidder will offer regi5tration and title services as a fee for service,the Bidder must include the administrative
fee as a separate option (Le., line item)for each Item bid.See Section 3.21 for additional details.Government
Imposed fees should not be Included in this option pricing.
No rather additional charges or fees are admissible.
If options are not available as a stand-alone option,the Bidder must indicate in their bid submission any option
requiring the purchase of other options, and also indicate options that are a part or dependent of another option.
Factory package options are allowable under this contract. Factory package captions must be included in the
options within the bid document and detailed specifically as to what components the package includes.
When calculating the price for a manufacturer's option requested in this bid that is not listed as an option in the
manufacturer's order guide(i.e., model or engine upgrade),the Bidder roust calculate the caption price as the net
difference between vendor cost on the representative base vehicle and the total MSRP of the requested option
modifying the vehicle, A Bidder may bid less than this price, but at no time charge more than the calculation
provided here.
The use of options to facilitate the sale of an alternate manufacturer's product which is outside the scope of the
written Base Specification will be determined nonresponsive and the bid will be rejected in whole or part by the
FSA CPP..
Example: 8fdder CAfVNOT include option upgrade.5 that result Ira tfre sefffrrg of o
vehicle or true on one specification thu#fs offered os o seperrote specificotion rrr
Pape 26
Page 145 of 593
Agenda Item #6.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terns and Conditicn5
the Invirution to Bid. For example, a Vendor who rs awarded the bid for25,500
A GVWR Crab & Chaassis cannot upgrade, this item through on add option to a
30,000 A GVWR Cob& Chassis in order to circumvent the bid award winner for
the 30,000 ib. GVWR Cab& Chassis.
Purchasers are encouraged to negotiate option pricing with Vendors. Discounts can be provided beyond option
prices listed in the contract.The additional discounts for each add option shall be decided by the Vendor.
The options will correspond to the specification or item number. Multiple options may be listed for each
specification or item number bid.Therefore, Bidders that do not indicate the correct item number with the option
information bid will not have options displayed for the item bid. if option pricing is not tuploaded ccrrectly, FSA CPP
may require Bidders to correct the formatting of the options, but pricing may not be modified. Failure of the
Bidder to make corrections may cause the bid to be rejected.
if the Bidder wishes to offer credit to the purchaser for an option that is standard on the FSA CPP Base
Specification,the Bidder should include the word 'Credit" at the beginning of the description and continue to
describe the option being credited_ For example, "Credit_ one key fob"that cc rresponds wit h the price the Bidder
will credit the purchaser.
LooSe Equipment ran be bid as an option and made available to purchasers for items originally purchased from this
rontrart_ For purposes of this provision,"Loose Equipment" is any item of equipment that attaches tin the heavy
equipment item(s� included in the awarded bid, such as different sized blades_ Loose Equipment does not include
accessories, such as additional keys_
2.14 OPTION PRICING - HEAVY TRUCKS AND BUSES AND PURSUIT,
ADMINISTRATIVE AND OTHER VEHICLES INVITATIONS TO BID
FSACPP requests Bidders include Most Frequently purchased captions in the Bid System, option pricing must
include the administrative fee. Bidders must provide a price for each option in addition to a percent below WRP
for factory-installed options or a percent above cost for other options.
The FSA CPP has the discretion to disqualify Bidders if the option pricing is excessive. in order to determine if
pricing is excessive, Bidders agree to provide documentation to FSA CPP to verify cost at any time during the
solicitation process or during the contract term.This information is for comparison purposes and will not be
published.
Options are intended to add or delete equipment or features from the Base Specification. Options can provide an
upgrade or downgrade to a manufacturer's model, such as a slightly different engine Size or horsepower,and
should not be made available for purchase separate from the base vehicle or equipment_ Options may only provide
a downgrade to a manufacturer's model when specifically requested in a Purchase Order issued in accordance with
the Terms &Conditions by purchaser_ Bidders shall NOT use options to create an item that is available as another
itern bid on this Invitation to Bid. The use of options to facilitate the sale of an alternate manufacturer's product
which is outside the scope of the Base Specification will he determined nonresponsive and the bid will be rejected
in whole or dart by the FSA CPP. Bidders must disclose which options require the purchase of other options or are
dependent on another option In their bid submission. Option pricing will Include all costs of labor associated with
the option and cost of labor should not be listed separately.
Bidder must use proper manufacturer codes for factory options.Options available through the factory should be
bid and supplied to purchaser as factory options, unless otherwise requested in writing by the purchaser, Factory
Page 146 of 593
Agenda Item #6.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and ondition5
package options are permitted under this.contract- Factory package options Included in the bid submission must
de.ail what components the package includes.
if a Bidder will offer registration and title services as a fee for service, government-imposed fees should be listed at
the exact cost and shall not include the F5A administrative fee.
If the Bidder wishes to offer credit to the purchaser for an option that is standard on the FSA CPP Base
Specification,the Bidder should include the word "Credit" at the beginning of the description field and continue to
describe the option being credited. For example,"Credit; one key fob"and enter the price the Bidder will credit
the purchaser.
For purposes of this bid, Emergency Lights and Sirens will require a separate pricing sheet and option upload in the
Bid System. Section 2.15 contains specific instructions and exceptions for Emergency Lights and Sirens.
.15 EMERGENCY LIGHTS AND SIRENS
Under Florida Statute 316,003(1), authorized emergency vehicles are defined as:
Vehicles of the fire department(fire patrol), police vehicles, and such
ambulances and emergency vehicles of municipaI departments, public service
corporations operated by private corporations,the Fish and Wildlife
Conservation Commission,the Department of Environmental Protection,the
Department of Health,the Department of Transportation,and the Department
of Corrections as are designated or authorized by their respective departments
or the chief of police of.an incorporated city or any sheriff of any of the various
counties-
Bid d ers;that will provide or contract to provide emergency Ilght and siren installatlon must only use installers that
possess a current Emergency Vehicle Technician Certification,or an approved equivalent.FSA C P P may request
certificates for a Vendor's installers at any time during the contract term. Labor may be charged for the Installation
of emergency lights and sirens_ Labor rates must be disclosed as part of the bid submission. Bidders may not
charge for Tabor for vehicles that are manufactured with emergency lights and sirens,including motorcycles. Prices
submitted for emergency lights and sirens shall include all applicable government-imposed fees.
Bidders that install emergency lights and sirens are required to provide and install products that are Society of
Automotive Engineers (SAE)certified.SAE Certifications must include Class 1,Class 2 and Class 3 in order to be
eligible for participation in the contract. if a lighting or siren product installed on an emergency vehicle is not SAE
Certified,the Vendor can be found in default of the contract.
Bid Submission of Emergency Lights and Sirens
If offering emergency lights and sirens, Bidders will be asked to provide pricing by submitting a pricing sheet. An
emergency vehicle lights and siren option pricing template is offered in the Bid System. Bidders are encouraged,
but not required to use the template. if item or specification group is helpful to display light and siren options,
Bidders may categorize the pricing sheet by item group.
Items listed below are required for the submission of the pricing sheet:
+ Order code
* Description
• Price (part only)
Page 28
Page 147 of 593
Agenda Item #6.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
• Estimated labor hours
i Labor cost per hour
.16 BID SUBMISSION
Bidders must submit a bid electronically using the Bid System, Bid submissions include a price for each item and
option bid in accordance with Section 2.10, 2,11, 2.13, 2.14, and 2.15. Each Bidder must submit a qualifications
package far each bid, The bid must be received by the date and time specified on the Bid Calendar in Appendix B.
Failure to meet all submission requirements by the date indicated on the Bid Calendar will result in rejection of the
bid,
Bid System:Vend orLink
The Bid System is located at https--Hwww.myuendorIink.com. Bidders are encouraged to participate in training
provided_ Usernames and passwords will be issued to Bidders after registering in the Bid System.Contact
Vendorl-ink at support evendorlink_com if terhniral issues arise during bid submission_
Prices are to be rounded to the nearest whole dollar. If a Bldder submits bid pricing using cents,the following
formula will be applied to round the bid pricing to the nearest whole dollar:$.01-_49 will be rounded down to the
dollar hid(e,g,, $50,49=$50) and$.50-.99 will be rounded to the next dollar(e.g.,$50.50=$51).
Bird Submission
To ensure correct bid submittal and formatting, Bidders shall:
i For the Heavy Trucks and Buses Invitation to Bid,insert a:
o Price for each item bid by zone
For the Pursuit,Administrative and other Vehicles Invitation to Bid, insert a:
o Bid Price for each item bid by zone,as defined in Section 2.11
o Percent for each Item bid by zone, as deflned In Section 2.11
• For the Equipment Invitation to Bid,insert a:
o Price for each item by zone
Upload files as instructed in the Bid System;files requested will be in Excel or.pdf.
IP Follow all instructlons outlined in this Invitation to Bld and provide all requested information.
The bid shall Include the following documents:
+ Executed Qualifications Packet.
Build sheet for each item bid as a single.pdf
IP Pricing Sheet for Emergency Vehicle Lights and Sirens, if applicable-
0 Any requested exceptions or equivalents.
Dotion Ui3load
An option sheet should be submitted for each item bid.The Bid Systern will accept option information for each
item through a .pdf file upload. Each option sheet should include a header to identify the FSA CPP contract title
and number,the Bidder name:,item number, make and model. Each option sheet should include;
w Option
r Description
+ Man ufacturer order code or I d entifyi ng code
• Price
For the Heavy Trucks and Buses and Pursuit, Administrative, and Other Vehicles Invitations to Bid, the option sheet
should also include:
29
Page 148 of 593
Agenda Item #6.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
• Cost plus percent for all items not installed at the factory
• Percent below M5RP for factory installed options
FSA CPP may ask awarded Bidders to supply one hard copy set with digital signatures and original compliance
forms,prior to the contract execution.Hard copy bids should not be submitted unless specifically requested by FSA
CPP. FSA is not responsible for Bidder's improper use of the Bid System, Exceptions will be granted to this section
should any Bid System malfunctions occur_
2.17 ZONE BIDDING
Bidders may bid in one or more geographic zones, Bidders roust submit pricing for each zone they wish to be
evaluated,The zone map is included in Appendix&The geographic zones are in place to assist Bidders in
estimating costs of delivery,which must be included in the price bid and quoted to the purchaser_ For the Pursuit,
Administrative and Other Vehicles Contract,the cost of delivery must be included in the Percent_
2.18 EXECUTION OF BID
By submitting a response to this Invitation to Bid,the Bidder agrees to the Terms&Conditions and to be hound by
such Terms&Conditions if selected for award.The Bidder must submit the Contract Signature Form with the
signature of an authorized representative no later than the bid submittal due date. All Terms &Conditions are
applicable throughout the term of the awarded contract and are not specific to any given year,make or model.
.19 MOD ICATION OFtWITHDRAWALS OF BIDS
A Bidder may submit a modified bid to replace all or any portion of a previously submitted bid until the due date
and time of the bid submission listed in the Bid Calendar. Modifications received after the bid due date and time
will not be considered.
Bids can be withdrawn in writing prior to the contract award_ If a Bidder must withdraw the bid, the Bidder must
contact FSA CPP immediately. Bid withdrawals are handled on a case-by-case basis and can result in a limitation of
participation in future bids.
2.20 LATE BIDS
The responsibility for submitting a bid before the due date and time on the bid calendar is solely and strlctly the
responsibility of the Bidder_The FSA is not responsible for delays caused by technical problems,any internet
outages or delays incurred by electronic dellv",or any other occurrence.Any reference to time will be based)on
Eastern Time.
2.21 BID OPENING
Bids shall be opened an the date and time specified on the Bid Calendar_The bid opening may occur at the Florlda
Sheriffs Association,7517 Mahan Drive,Tallahassee, Florida,or may be offered online_
FSA CPP will provide a bid inspection perlod for Bidders following the bid opening.The date,time and duration will
be announced prior to the bid opening.
t3age 30
Page 149 of 593
Agenda Item #6.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
2.22 DETERMINATION OF RESPONSIVENESS
Dete r rn i n ation of responsiveness will take place at the time of bid opening and evaluation_ In order to be deemed
a responsive bidder, the bid must conform in all material respects to the requirements stated in the Invitation to
Bid- As set forth in Section 2.26, FSA CPR reserves the right to waive or allow a Bidder to correct minor
Irregularities.
2.23 RESPONSIBLE BIDDER CRITERIA
Bids will be evaluated to determine if qualifications and contract requirements are mete Responses that do not
meet all requirements of this Invitation to Bid or Pall to provide all required information, documents or materials
may be rejected as nonresponsive.The FSA CPP will not request documentation or consider a Bidder's social,
political or ideological interests in determining if the Bidder Is a responsible bidder. FSaA CPP wrlll not give
preference to a Bidder based on the Bidder's social, political, or ideological interests.
Bidders whose responses, past performance,or current status do not reflect the capability,integrity,or reliability
to fully and In good faith perform the requirements of the contract may be rejected as non-responsible. In
determining a responsible Bidder,the following factors may be considered:
lb Adequacy of facilities,staffing, and financial resources;
• Previous experience with FSA contract or other similar government contracts;
IP Ability to provide excellent customer service, Incl'udIng on previous FSA contracts; and
• Any other Information relevant to the responsibilityof a Bidder of which FSA CPP is aware,
in addition to the requirements set forth by these Terms&Conditions,FSA CPP reserves the right to request
staffing, performance and financial information from any Bidder during the evaluation process.
F5A CPP reserves the right to determine which responses meet the requirements, specifications,Terms&
Conditions of the Solicitation,and which Bidders are responsive and responsible,
FSA CPP further reserves the right to limit participation of Bidders who, in FSA CPP'S sole discretion,are
determined to present responsibility concerns that call into question the Bidder's ability to perform but that do not
rise to the level of requiring rejection of the bidder as non-responsible,
.24 BASIS FOR AWARD
For the Heavy Trucks and Buses,and Equipment Invitations to Bid,the FSA CPP shall make awards to the qualified,
responsive and responsible Bidder(s)who submitted the lowest priced bid by item, manufacturer, and zone.
Awards may also be made to subsequent lowest responsive and responsible Bidders by item, manufacturer, and
zone,when determined to be in the best interest of the FSA and the purchaser(s), FSA CPP has the discretion to
consider option pricing in making the award and to disqualify Bidders for proposing excessive option pricing,
For the Pursuit,Administrative and Other Vehicles Invitation to Bid, the FSA CPP shall make award to the qualified,
responsive and responsible Bidders)who submitted the lowest Bid Price by item, manufacturer, and zone.
Awards may also be made to subsequent lowest responsive and responsible Bidders by item, manufacturer, and
zone,when determined to be in the hest interest of the FSA and the purchaser(s). FSA CPP has the discretion to
consider Percent and option pricing In making the award and to disqualify bidders for proposing excessive
Percents)or option pricing.
Wage 31
Page 150 of 593
Agenda Item #6.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terris and Conditions
Awards will not be given to any parties listed can the government wlde exclusion in the System for Award
Management.
FSA CPP reserves the right to accept or reject any and all bids, and to waive any minor irregularity,technicality or
omission if it determines that doing so will serve the purchaser's best interest. FSA CPP reserves the right to make
multiple awards for each item,if determined to be in the best interest of the FSA and the purchasers.
Awards will be posted on the FSA CPP website according to the date posted in the bid calendar.
2.2S BID TABULATIONS
The Bid Tabulation report will be posted on the FSA CPP webs ite after the bid 5ubmissian closes-
If there is a delay in posting the bid tabulation results, FSA CPP will post a notice of the delay and a revised date for
posting of results.
2.26 MINOR IRREGULARITIES RIGHT TO REJECT
The FSA CPP has the right to accept or reject any and all bids, or separate portions thereof,and to waive any minor
Irregularity,technicality or omission If the FSA CPP determines that doing so wlII sertre its best interest or the best
Interest of the purchasers.A minor irregularity Is a variation from the Terms&Conditions of this procurement that
does not affect the price of the bid or give the bidder a substantial advantage over other Bidders and thereby
restrict or stifle competition and does not adversely impact the interests of the FSA or the purchasers.At its
option,the FSA CPP may allow a Bidder to correct minor irregularities but is under no obligation to do so. In doing
so,the FSA CPP may request a Bidder to provide clarifying information or additional materials to correct the
irregularity. However, the FSA CPP will not request, and a Bidder may not provide the FSA CPP with additional
materials that affect the pride of the bid or give the Bidder an advantage or benefit not enjoyed by other Bidders..
The F5A CPP may also reject any bids not submitted in the manner specified in this document.
.27 CONE OF SILENCE
This Invitation to Bid is subject to the Cone of Silence that begins the date the bid submission opens through the
intent to award date as indicated in the Bid Calendar. During this period, all communications regarding this
solicitation between FSA and Bidder will cease, except for procedural questions, questions regarding problems
incurred in the use of the Bid System, or communications initiated by the FSA CPP. All permitted communications
during this period shall be made in writing to the contacts identified in Section 1.01 of this Invitation to Bid.
Page 32
Page 151 of 593
Agenda Item #6.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
.0 CONTRACT CONDITIONS
3.01 GENERAL REQUIREMENT
Once the bid has been awarded, the terms and conditions of this document become the contract between the FSA
CPP and the awarded Vendor,The Terms& Conditions apply to all items purchased from this contract.
3.02 STATEMENT OF AUTHORITY
Each person signing the contract warrants that they are duly authorized to do so and binds the respective party to
the contract.
3.03 VENDOR CONTACT INFORMATION
The Vendor shall maintain current contact information with FSA CPP at all times for sales and submission of
purchase orders, quarterly reports and administrative fee payments. If a change occurs during the contract,the
Vendor roust notify FSA CPP immediately,
3.04 ADDITIONS OR DFLPTIONS
FSA CPP reserves the right to add or delete any items from this bid or resulting contract when deemed to be in the
best interest of FSA and purchasers,at its discretion. This decision to take action may be based upon and not
limited to few or no sales, product recalls and ether safety issues,Vendor or manufacturer performance, or the
product's lack of relevance.
For items that come to market during the contract term, FSA CPP may authorize qualified and awarded Vendors to
offer the new item under the existing contract terms and conditions,if the manufacturer authorizes a Vendor to
sell the item. FSA CPP will request awarded Vendors submit pricing and will evaluate the responses prior to
authorizing awarded Vendors to offer the new item,
3.05 CONTRACT E)CHN SION
Contract Extension
The contract may be extended by mutual agreement for up to two(2)additional years on a year-to-year basis. FSA
CPP reserves the right to execute a contract extension or to allow th e contract to fully or partially terminate and
readverti5e for bids, whichever is in the best interest of FSA_
The Vendor may request price adjustments for contract extensions as provided for herein_ If no request is received
from the Vendor,the FSA CRP will assume that the Vendor has.agreed that the optiamal term may be exercised
without a price aldjustment_Any adjustment request received after the execution of an extension may not be
considered unless otherwise provided for In this contract.
Month-to-Month Continuation
in the event a new contract is not active at the time of this contract's expiration, this contract's terms and
conditions shall extend on a month-try-month basis and shall not constitute an Implied extension of the contract.
Such a month-to-month continuation shall be upon the compensation and payment provided herein.
Page 33
Page 152 of 593
Agenda Item #6.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
3.06 PRICE ADJUST ENT
In addition to the cast-plus-percent pricing adjustments available for the Pursuit,Administrative,and Other
Vehicles contract, the Terms&Conditions provide the f[allawing options for price adjustments,
■ .Annual Price Adjustments
• Changes to Manufacturer Production or Design
Manufacturer Certified Adjustments
• Equitable Adjustments
Brice adjustment requests must clearly substantiate a need to increase or decrease the price. Price adjustments
will not be considered if Vendors are delinquent on administrative fee payments or have outstanding quarterly
reports.
Annual Price Adjustment
The FSA CPP may consider annual price adjustments due to:
• Changes in the Producer Price Index(PPI)as published by the I.l_S_ Department of Labor, Bureau of Labor
Statistics(BLS);or
+ As a result of changes to national or state standards that require substantial price adjustments,
FSA CPP may consider other documentation related to the change to national or state standards but is not
obligated to grant price changes writhout literature from the manufacturer.The FSA CPP will consider the request
and will make a final determination on the change in price.
Chan-Res to Manufacturer Production or Design
Significant changes by the manufacturer to the production of and specification design may initiate a price
adjustment request. FSA CPP will consider order dates, production factors, model year,or other conditions, as well
as the replacement or complete redesign of items.Vendors must provide documentation from the manufacturer,
Manufacturer Certified Adjustments
Vendors must provide documentation from the manufacturer to FSA CPP that shows the additional costs or pride
adjustments imposed by the manufacturer and substantiate the need fora related price adjustment for this
contract-
Equitable Adjustments
The FSA CPP may make an equitable adjustment to the contract terms or pricing at its discretion.
3.07 CONDITIONS
it is understood and agreed that any item offered or shipped as a result of this contract shall be the most current
model offered.
4
Page 153 of 593
Agenda Item #6.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
3.08 PRODUCTION CUTOFF
Vendors shall notify the FSA CPP in writing no less than sixty(60)calendar days prior to the close of final order
date by the manufacturer when the final order dateh is during the term of the contract_ Purchase orders received
by the Vendor ten (10) business days prior to the final order date must be accepted and entered into the order
system wlth the manufacturer. Purchase Orders issued and received after the production cutoff date will be
subject to availability. In this case, the Vendor and manufacturer have the discretion whether to choose to provide
next year's model at current year's prices until the end of the contract term. If the manufacturer cutoff date is
during the term of the contract and will affect the purchaser's ability to obtaln the Items, FSA CPP may consider
substitutions from the same manufacturer.
3.09 FACILITIES
The FSA CPP reserves the right to inspect the Vendor's facilities at any time with prior notice.
3.10 PURSUIT RATED VEH[CLES & 1' OTORC'Y+CLES
Vehicles in this category have been reviewed by one or more of the nationally recognized authorities on Police
Vehicle Testing Program/Evaluation.These evaluations are not designed to recommend a particular product, but
to serve as a resource for vehicles which are currently being offered for law enforcement service.To see the full
detailed report,click or copy the links below. At the time of the bid there were two nationally recognized
authorities;
State of Michigan, Vehicle Test Team of the Michigan State Police WSP) Precision DriVng Unit
Los Angeles County Sheriff's Department Law Enforcement Vehicle Test and Evaluation Program
Vehicles;
.11 SPECIAL SERVICE VEHICLES
Vehicles in this category have been reviewed by one or more of the nationally recognized authorities on pursuit
vehicle testing program/evaluation.These vehicles are labeled as Special 5ervice Vehicle(5SV) and often used in
pudic safety applications and other areas of government. Refer to manufacturers published information for
detailed information regarding these vehicles.
3.12 CAB ,AND CHASSIS PURCHASES
Vendors performing upfitting of cab and chassis should be licensed and certified to perform such work.Vendors
are responsible for tag and titie work if the chassis is completed by the Vendor or the Vendor'scontracted third-
party supplier.The requirements of Florida Statute 319.21 related to the manufacturer statement of origin apply
to cab and chassis purchases.
Cab and chassis may he purchased from the Vendor without any required additional upfitting by the Vendor.
Vendors are not responsible for tag and title if an incomplete chassis is requested and sold to the purchaser.
3.13 FACTORY-INSTALLED OPTIONS
All options specified as factory=instalied are try be installed on the item at the primary site of assembly and are to
Page 3 r}
Page 154 of 593
Agenda Item #6.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Towns and Conditions
be the manufacturer's standard assembly-line product.Aftermarket and vendor-installed equipment mill not be
accepted as factory-Installed.Vendors found supplying aftermarket or vender-installed equipment where factory-
Installed are specified shall be required to retrieve all delivered Items and supply new Items meeting the
specifications.
All factory-ordered options are to be original equipment manufacturer (OEM)and installed at the primary site of
assembly unless otherwise noted by the Vendor and acknowledged in writing by the purchaser.Verbal agreements
will not be recognized.
3.14 VENDOR-INSTALLED OPTIONS
All vendor-installed accessories, equipment,or options shall be installed according to the manufacturer's
specifications.All vendor-installed options must be manufactured by an established manufacturer of the product
provided.Vendors are required to disclose make and model of product being offered,design, and model must be
approved by the purchaser prior to installation. Prior to any purchase,the Vendor must also disclose the warranty
of any accessory, equipment or option that is less than or exceeds the factory or equipment warranty coverage.
Any Vendor that violates this provision will be considered in default of the contract. F5A CPP may terminate the
contract in accordance with these terms&conditions.
3.15 NON-SCHEDULED OPTIONS
A non-scheduled option is an option not listed on the FSA CPP published award.Vendors may provide non-
scheduled options at less than iVISRP or the Published List Price. Non-scheduled captions should be identified and
listed as a separate line item with the price and discount on the purchase order. Nonscheduled options are
covered under these terms anti conditions.
3.16 FORCE NIAJEURE
A Vendor shall not be penalized for a delay resulting from the Vendor's failure to comply with delivery
requirements if neither the fault nor the negligence of the Vendor or its employees contributed to the delay and
the delay is due directly to acts of God,wars, acts of public enemies,strikes,fires,floods,or other similar cause
wholly beyond the Vendor's control,cr for any of the foregoing that third party suppliers if no alternate source of
supply is available to the Vendor.
3.17 PURCHASE ORDERS
To initiate a purchase,a purchase order must be issued to the Vendor,which includes;
FSA CPP contract title and number,
• FSA CPP item number,and the make and model or item description;and
0 Purchaser name, phone number and email address.
The Vendor's acceptance of a purchasers order will indicate that the Vendor agrees to deliver an awarded item
that will be fully compatible with all of its options_ Production schedules and delivery dates should be discussed at
the time the quote is provided to the purchaser, or if no quote is provided, when the purchase order is delivered to
the Vendor.Wndor shall place the order with the manufacturer within 10 business clays of receipt of the purchase
order_The Vendor shall assure that all orders are placed in full compliance with the specifications and the terms
and conditions of the contract and the purchase order. Any changes that are required to bring an item into
compliance with the various options due to an incorrect order will be accomplished at the Vendor's expense.
Page 36
Page 155 of 593
Agenda Item #6.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
A Confirmation of Order form shall be completed by the Vendor and provided to the purchaser and FSA CPP fifteen
(15)calendar days from receipt of purchase order without request by the purchaser.Any additional information
needed to complete this form should be obtained by the Vendor from the purchaser.
While it is recommended that are agency purchase from the zone which is closest to their location, it is not
mandatory to do so. If the purchaser determines that a Vendor in another zone can better serve the purchaser's
needs, the purchaser may carder from a Vendor in another zone.Vendors that provide awarded items outside of an
awarded zone may upon mutual agreement between the Vendor and the purchaser charge a delivery fee.
If a Vendor receives a purchase order for an item for which they were not awarded,the Vendor must notify the
purchaser and return the purchase order to the purchaser within three (3)business days.
The Vendor must submit electronic copies of Purchase Orders within fifteen (15)calendar days of the Purchase
Order issue date. Emails shall be sent to coop(@flsheriffs.or , Purchase orders received by the Vendor after this
deadline must be submitted to FSA+CPP as soon as possible with the date received by the Vendor and cause for the
delay. Purchase Orders should contain the fallowing required information;
• Purchaser name,
• Purchase order number,
• Purchase order issue dates
• FSA{CPP contract title and number,
• Item number,
• Item make and model,or item description,
• Item price,
• Options by item,and
• Estimated delivery date.
Purchase orders vary in format and information provided. if a purchase carder does not include the required
information,the Vendor must submit supplemental documentation to FSA UP at the same time the purchase
order is due. Such information may be in bid quotes, equipment proposals,confirmation of orders,or other
documents. If a purchaser does not use purchase orders,written communication from the purchaser to the
Vendor will be provided to FSA CPP.
3.18 REGISTRATION, TAG, AND TITLE
Title items shall be the responsibility of the Vendor, If the purchaser is a government agency, the purchaser has the
right to choose to register and title the item. Costs of registration,tag and title shall not exceed the statutory rates.
FSA administrative fee does not apply to the cost of registration, tag and title,
3.19 DELIVERY
Vendors are to inspect the item to confirm the item meets or exceeds the IFSA CPP ease Specification,
manufacturer specification, and purchase order. Deliveries not complying with these requirements may be
rejected and will have to be redelive red at Vendor'$expense.
Delivery shall be within the normal working hours of the user, Monday through Friday,excluding holidays. 0eIivery
schedules shall be agreed to by the purchaser and the Vendor. Vendor shall notify the purchaser no less than
twenty-four(24)hours prior to delivery of the time and location, which shall reflect the mutually agreed upon
Page 37
Page 156 of 593
Agenda Item #6.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
delivery details.The Vendor shall be responsible for delivering items that are properly serviced, clears and in first
class operating condition. Ite:rns shall be delivered with each of the following documents completed or Included:
1. Copy of the Purchase order.
2. Copy of the FSA CPP Base Specification.
3. Copy of manufacturer's Invoice, price sheet, build sheet or other documentation that verifies what
components are included on the item being delivered
4. Copy of the pre-delivery service report
5. Registration warranty certification
6. Dwner's manual
7. Registration,tag and title or an application for the registration,as applicable
All items with fuel tanks of thirty-five (35)gallons or less must contain no less than one quarter(1f4)tank of fuel as
indicated by the fuel gauge at the time of delivery. For items that have more than thirty-five (35)gallons,a
minimum of one eighth(1f B)of a tank of fuel must be provided.All electric vehicles must be delivered with a
minimum charge level of 10 percent. The purchaser has the option to reject a vehicle with mare than 350
odometer miles or may deduct$0,51 cents per mile in excess of 350 mlies from the invoice, unless distance above
350 miles was previously approved by the purchaser, Deliveries of less than 350 miles may be accomplished by
driving the vehicle.Any delivery accomplished by driving the vehicle must be supervised and the driver must
rompiy with manufacturers break-in requirements and all appiicable traffic laws. Any delivery accomplished by
driving a pursuit-rated vehicle must use an"OUT of SERVICE" cover on light bars. Deliveries in excess of 350 miles
shall be made by transport,or otherwise approved by the purchaser,however,this requirement shall not apply to
incomplete chassis_
Items with hour meters must be delivered with fewer than five(S) hours on the hour meter or may be rejected by
the purchaser. The purchaser may choose to negotiate a lower purchase price when the item exceeds five(5)
hours.
When items require service or adjustments upon delivery,the Vendor shall either remedy the defect, or be
responsible for reimbursing the manufacturer's local authorized representative or other service provider to
remedy the defect.Such service or adjustments shall be initiated by the Vendor within 43 hours after notification
by a purchaser,not to include weekends and holidays. Delivery will not be considered complete until all services or
adjustments are satisfactory,and the item is redelivered or repaired.The cost of any transportation required to
address the defect shall be the responsibility of the Vendor until the items are satisfactory and accepted by the
purchaser,
. 0 INSPECTION AND ACCEPTANCE
Final acceptance shall be given only after the purchaser inspects or confirms the item meets contract
specifications, Delivery of an item to a purchaser does not constitute acceptance for the purpose of payment,
inspection and acceptance will be at the purchaser's destination unless otherwise previously agreed upon location
was provided in the purchase order.Should the delivered items differ in any respect from the Base Item
specifications, payment can be withheld until such time as the Vendor completes the necessary corrective action,
3.21 INVOICING AND PAYMENTS
invoicing and payments shall be the responsibility of the Vendor and purchaser placing carders using this contract.
Vendors must invoice each purchaser independently.The Vendor shall be paid upon submission of invoices to the
purchaser after satisfactory delivery and acceptance of the items.While the Local Government Prompt Payment
Page 38
Page 157 of 593
Agenda Item #6.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Act applies to ensure timely payment of Vendor Involves,the FSA CPP encourages purchasers to make payment
within 30 days of acceptance of the Item.The Local Government Prompt Payment Act is defined in Sections
2.1930-218.79 of Florlda Statutes.
3.22 WARRANTY
All warranties shall begin at the time of delivery and final acceptance by the purchaser.The purchaser's warranty
should not be active For incomplete items and items delivered to a third-party supplier before final delivery.
.23 QUARTERLY REPORTS
Quarterly reports are the contractual responsibility of each Vendor.Quarterly reports mast be completed and
submitted electronically.All quarterly reports shall be sent to reportspflsheriffs.org.The quarterly report
template shall be submitted using an Excel workbook provided by FSA CPP, Quarterly reports which do not adhere
to the required format or are not complete of all purchase orders received and/or deliveries made during the
quarter will be returned to the reporting Vendor for correction-
Qua r-te rly reports are due no later than the 15th day of the month following the end of the quarter.Quarterly
reports shall follow the schedule below for the duration of the contract_ If a contract extension is executed,the
quarterly reports will maintain the same schedule for future reporting periods.
Contract year_October 1,2022—September 30, 2023
Year 1 Quarter 1; October 1—December 31 Q1 Report Due: January 15
Year 1 Quarter 2; January 1—March 31 Q2 Report Due: April 15
Year 1 Quarter 3: prll 1—June 30 Q3 Report Due. my 15
Year 1 Quarter 4; July 1—September 30 Q4 Report Due: October 15
Quarterly reports must be submitted even if there are no sales or no deliveries in a quarter. If a Vendor has no
sales within a quarter,the Vendor shall indicate"No sales this quarter'on the tap raw of the sales worksheet. If
the'Vendor has no deliveries in a given quarter, the Vendor shall indicate "No deliveries this quarter"on the top
row of the delivery worksheet.
FSA CPP reserves the right to modify the procedure for submitting quarterly reports during the term of the
contract_Such a change shall not materially modify the substance of the information to be reported but may
change the method by which future quarterly reports are to be submitted. In the event of such a change, FSA CPP
will provide written notice to all Vendors of the method by which future quarterly reports are to be submitted.
3.24 ADMINISTRATIVE FEE
The FSA CPP charges three quarters of one percent(.0075)to procure, process and administer the contract. The
administrative fees are the contractual responsibility of each awarded Vendor.
After receipt of payment from contract purchases,the Vendor shall remit all administrative Fees to the FSA CPP no
later than 15 calendar days after the end of each quarter.All fees payable to the FSA CPP during any given quarter
will be accompanied and supported by a quarterly report.
Page 39
Page 158 of 593
Agenda Item #6.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
The administrative fee will remain payable to FSA CPP and no relief frorn payment of the administrative fee, nor
any additional charge to recoup the administrative fee,will be permitted If a Vendor fails to incorporate the
administrative fee in its laid pricing. The administrative fee should never be listed as a separate line Item on any
purchase order or invoice.
The administrative fee is based on the total purchase order amount of new items.This fee excludes any value
given to purchasers for trade-ins.Trade-ins,extended warranties and other exchanges will not reduce or impact
the fee calcuIation.
The ACH form for electronic payment or wiring of funds is included in Appendix C. It is the preference of FSA CPP
that all payments be electronically paid and submitted. If ACH is not available,checks for the administrative fee
can be seat to:
Florida Sheriffs Association
Cooperative Purchasing Program
2517 Mahan Drive
Tallahassee,FL 32308
3.25 LIQUIDATED DAMAGES
The Vendor warrants that the item supplied to the purchaser shall conform in all respects to the standards set
forth and the failure to comply with this condition will be considered as a breach of contract.Any liquidated
damages levied because of inadequacies or failures to comply with these requirements shall be borne solely by the
Vendor responsible for same.
Failure to submit the administrative fee With accompanying quarterly reports to FSA CPP within 15 calendar[lays
following the end of earth quarter may result in the imposition of liquidated damages_Vendors failing to submit
administrative fees and/or quarterly reports will incur liquidated damages in the amount of$25 for each calendar
day that fees and reports are past due, beginning on the 161h day following the end of the quarter.
If a civil action is inItlated by the FSA to recover ad min Istrative fees or liquidated damages as set forth In this
section,the prevailing party shall be entitled to its reasonable.attorneys'fees and costs incurred in the litigation_
The venue shall lie in the Circuit Court for the Second Judicial Circuit in and for Leon County, Florida.
When quarterly reports are late, liquidated damages are to be included in Vendor's Quarterly Report and
administrative fee submission. Liquidated damages that remain unpaid beyond 45 calendar days can result in FSA
CPI}, at its sole discretion, implementing contract compliance actions, including but not limited to, suspension,
limited participation by specifications or zones,disqualification from future solicitations,or termination for cause
pursuant to the Terms&Conditions.
Schedule of Liquidated Damages
Failure to submit quarterly report on time $25 per calendar day
Failure to submit ad m I n istrative fee an time $25 percalendarday
Failure to report a Purchase Order to FSA CPR within $100 per purchase Order
15 calendar days of the purchase order issue date
Failure to Report Sales .0075 of the sales prir=e plus 1.S%each month
following the delivery date_
Page 40
Page 159 of 593
Agenda Item #6.
FLORIDA SHERIFFS ,ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Condition5
Vendor agrees and acknowledges that its failure to take any of the actions specified In the above schedule will
result in liquidated darnages to this ccntra.ct.Vendor agrees and acknowledges that these liquidated damages are
not intended to be and do not constitute a penalty and that these amounts are reasonably calculated to
compensate the FSA for the damages that It will incur as a result of the Vendor's failure to take the specified
actions.
41
Page 160 of 593
Agenda Item #6.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Appendix A: Zone Map
FSA CONTRACT ZONE MAP
WESTERN
MP I NORTHERN
_ TYPIIF lJl.lA 9\ 4
FTYJ611 LIPAYiPR
�P iLR.�M
Y@
WESTERN NUICrHERN ""
RAY ALACI IIr A
CAUIC)U% RAKFA
]7IX0.,, BRADPORD
LSCAMBIA CLAY �•
ERANKLIN COLUMBIA
CAI-ADE: DUVAL
Gul,I� FLAGPIXR
1401-m _S GILCIIRIST ePm,
JACKSON IIAMIIXON CENTRAL
IE14EI 7N LEVY ;
LAFA'YETTE MARION
.wa
LIBERTY PUTNAM �A �� %uoa� +G
MADISON ST,FOPINS
OKALOODSA SUWANFE
SANTA RITSA UNION
TAYLOR VOLLISIA
WAL'IY3N
WASI IINGTON
CFL SoUT11F.R-ti
&REVARD gEtOWAKI) + +
CITRUI; rk4AR[.(wj71; SOUTI]EP.N �"'
D_SOTO COLLIER
E[ARDEL GLAD;-'; PW�f
EII:RNANLX) HENDRY
k[If;FII�+sIl7 LEE
I[]LISEIORCML�"GII INDIAN RIVER MARTIN
LAKE MIANTI-DADE �a
MANATFE MOIN ROE . • C
OKEECHOBEE PAIAl BFJICN
ORANGE
()SC BOLA
PASCO
PINELLAS
POI.K
ST.LUCIE
SARASOTA.
S&MINO LE
SUMTER
x.MP 2Ak�
Nape 42
Page 161 of 593
Agenda Item #6.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Appendix B. Bid Calendar
F5A29-VEL31.0
Bich Calendar Task Gate
Invitation to Bid Announcement(ITB) 5/1/2023 & 5/15/2023
Voluntary Interested Bidder Workshop 6/13/2023
New Item Specification Requests Due 6/23/2023
Pre Bid Meeting 7/11/2023
Request for Clarifications Due to FSA 7/1812023
FSA VendorLink Bidder Training 7/24/2023
Bid System Open 7/25/2023
Cone of Silence 7/25/2023 - 9/11/2023
Bid Submissions Due 8/30/2023
Public Bid Opening 9/1/2023
Bird Tabulations Posted 9/1/2023
Bid Evaluation 9/5/2023 - 9/8/2023
Intent To Award 9/11/2023
Final Award & Effective Date of New Contract 10/112023
FSA23-VEH21.0
Bid Calendar Task Date
Invitation to Bid Announcement(ITB) 5/1/2023 & 5/15/2023
Voluntary Interested Bidder Workshop 6/14/2023
New Item Specification Requests Due 6/23/2023
Pre Bid Meeting 7/12/2023
Request for Clarifications Due to FA 7/18/2023
FSA Vendorbrik Bidder Training 7/24/2023
Bid System Open 7/25/2023
Cone of Silence 7/25/2023 - 9/11/2023
Bid Subbmissions.Due 8/30/2023
Public Bid Opening 9/1/2023
Bird Tabulations Posted 911/2023
Bid Evaluation 9/5/2023 - 9/8/2023
Intent To Award 9/11/2023
Final Award & Effective Date of New Contract 10/1/2023
Na,�e 43
Page 162 of 593
Agenda Item #6.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terns and Conditions
FSA.13-EQU2I.0
Bid Calendar Task Gate
Invitation to Bid Announcement (ITB.) 5/1/2023 & 5/15/2023
Voluntary Interested Bidder Workshop 6/7&8/2023
New Item Specification Requests Due 6/23/2023
Pre Bid (Meeting 7/13/2023
Bequest for Clarifications Due to FSA 7/18/2023
FSAVendorLink Bidder Training 7/24/2023
Did System Open 7/25/2023
Cone of Silence 7/25/2023 - 9/11/2023
Bid Submissions Due 8/30/2023
Public Bid Opening 9/1/2023
Bid Tabulations Posted 9/1/2023
Enid Evaluation 9/5/2023 - 9/8/2023
Intent To Awa rd 9/11/2023
Final Award & Effective Date of New Contract 10/1/2023
44
Page 163 of 593
Agenda Item #6.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Appendix C: ACH Payments
FLORIDA SHERIFFS ASSOCIATION
70-. All Customers of the Florida Sheriffs Asnociiation
SUBJECT: Florida Sheriffs Association is going paperless!
our aSS46afion is pleased to anrwounre The impLernentation of arcepting electronic payments from
customers. If your agency or company is-able_to
to pay via ACH,please consider adding the Florida
Sheriffs Msad atio n to you r list of Ye nd il rL p aid,;; electroni c pay ment.
Florida Sheriffs Azscociation's Banking Information is as follows:
Checking Account
Capital City Bank
Routing Number;063 10068 8
Account Number.0010867001
Please email any payment remittance'information to account i age fils heiriffs.orr.
If you choose to make ACTH paym eats to the association,there is no add itional cha rge. However,the
information above can be used to pay with a wire transfer. Tf you choose to pay via wire,there is a
charge of$25 per wire that you NWill need to add to your payment.
ifyou have any questions at all,please oDntactTrish Eldridge at teldrid-geefisherillb-care. arcall(850)
55"668.,
sincerely,
Trifsh Eidridge
Director of Accounting and Finance
Florida sheriffs Association
45
Page 164 of 593
Agenda Item #6.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
Appendix D: Federal Clauses
Applirability+of Third-Party Contract Provisions*
(Excluding mirro-purchases,except Davis-Bacon requirements apply to construction contracts exceeding$2,Q0D_)
In addition to other provisions negotiated with purchasers placing federally funded purchase ordersr Vendors must
comply with the following provisions upon award of a federally funded purchase order:
Pro#esSional Operations/ Materials&
PROVISION S�ervices/A&E Management Construction Mate
Equal Employment Opportunity All
Davis-Bacon Act >$2,000
Copeland "Anti-Kickback" Act >$2,000
Contract Work Hours and Safety >$100,000 >$100,000 >$100,000 >$100,000
Standards Act
Rights to Inventions Made Under a If the purchase If the purchase If the purchase If the purchase
Contract or Agreement order involves order involves order involves order involves
performance of performance of performance of performance of
experimental, experimental, experimental, experimental,
developmental developmental developmental developmental
or research or research or research or research work
work work work
Glean Air Act >$150,000 >$150,000 >$150,000 >5150,000
Federal Water Pollution Control >$150,000 >$150,000 >$154,000 >$150,000
Act
Debarment and Suspension All All All All
Byrd Anti-Lobbying Amendment 4100,000 >$100,000 >$100,000 >$100,000
Procurement of Recovered All All All All
Materials
Prohibition on Certain All All All All
Telecommunications and Video
Surveillance Services or Equipment
Domestic Preferences for All ,All All All
Procurements
*References to the code of regulations(CFR) or United States Code (USC)were accurate at the time of publication.
It is the responsibility of the Bidder to ensure compliance is met of the referenced state and federal laws within the
published rules.
EQUAL EMPLOYMENT OPPORTUNITY: Except as otherwise provided under 41 CFR Part 60, all contracts that meet
the definition of"federally assisted construction contract"in 41 CFR Part 60-1.3 must include the equal opportunity
clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, "Equal Employment
Opportunity' (30 FR 12319, 12935, 3 CFR fart, 11 64-1965 Comp., p. 339), as amended by Executive Order 11375,,
'Amending Executive Order 11246 Relating to Equal Employment Opportunity,'and implementing regulations at 41
CFR part 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of
Labor." The clause set forth in 41 CFR 60-1._4{b)is incorporated herein by reference. Vendor must comply with this
clause and include this clause in all lower-tier federal assisted construction contracts_
J'.:i,"s,46
Page 165 of 593
Agenda Item #6.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terms and Conditions
DAVIS-BACON ACT, as amended (40 U.S.G. 3141-3148); When required by Federal program legislation, all prime
construction contracts In excess of$2,000 awarded by non-Federal entities must Include a provision for compliance
with the Davis-Bacon Act (40 U.S.C. 3141-3144, and 314&-3148) as supplemented by Department of Labor
regulations (29 CFR Part 5, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and
Assisted Construction'). In accordance with the statute, contractors must be required to pay wages to laborers and
mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of
Labor. In addition, contractors must be required to pay wages not less than once a week. The non-Federal entity
must place a copy of the current prevailing wage determination issued by they Department of Labor in each
solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage
determination. The non-Federal entity roust report all suspected or reported violations to the Federal awarding
agency.The contracts must also include a provision for compliance with the Copeland"Anti-Kickback"Act(40 U,S,C.
3145), as supplemented by Department of Labor regulations (29 CFR Part 3, "`Contractors and Subcontractors on
Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"). The Act
provides that each contractor or subrecipient must be prohibited from inducing,by any means,any person employed
in the construction,completion,or repair of public work,to give up any park of the compensation to which he or she
is otherwise entitled.The non-federal entity must report all suspected or reported violations to the Federal awarding
agency. Vendors performing construction must comply with all applicable provisions of the Davis-Bacon Act and
include this clause in all lower-tier subcontracts for construction,
CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (40 U_S_C_, chapter 37)., Vendor shall comply with Sections.
102 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C., chapter 37), as supplemented by
Department of Labor regulations(29 CFR part 5).
(a) overtime requirements. Neither Vendor nor any contractor or subcontractor contracting for any part of the
purchase order work which may require or involve the employment of laborers or mechanics shall require or permit
any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of
forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one
and one-half times the basic rate of pay for a I I hours worked in excess of forty hours in such workweek.
(b)Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in
Paragraph 15(a),Vendor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition,
Vendor or such subcontractor shall be liable to the United States(in the case of work done under the Contract for
the District of Columbia or a territory, to such District or to such territory),for liquidated damages. Such liquidated
damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards,
employed in violation of the clause set forth in Paragraph 15(a), in the sum of 29 for each calendar day on which
such individual was required or permitted to work in excess of the standard workweek of forty hours without
payment of the overtime wages required by the clause set forth in Paragraph 15(a) of this section.
(c) Withholding for unpaid wages and liquidated damages. Purchaser shall upon its own action or upon written
request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any
moneys payable on account of work performed by Vendor or a subcontractor under the purchase order or any other
Federal contract with Purchaser, or any other federally-assisted contract subject to the Contract Work Hours and
Safety Standards Act, which is held by Purchaser, such sums as may be determined to be necessary to satisfy any
liabilities of vendor or its subcontractor for unpaid wages and liquidated damages as provided in the clause set forth
in Paragraph (a).
(d) Subcontracts_ Vender shall insert in any subcontracts over$14p,000 for construction and other purposes that
involve the employment of mechanics or laborers, the clauses set forth in Paragraphs (a) through (d) and also a
clause requiring the subcontractors to ind ude these clauses in any lower-tier subcontracts_
RIGHTS TO INVENTIONS MADE UNDER A CONTRACT OR AGREEMENT; If the Federal award meets the definition of
"funding agreement"under 37 CFR§401.2 (a)and the recipient car subrec pient wishes to enter into a Contract with
47
Page 166 of 593
Agenda Item #6.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
ontract Terms and Conditions
a small business firm or nonprofit organization regarding the substitution of parties,assignment or performance of
experimental,developmental,or research work under that"funding agreement,"the recipient or subreclpient must
complywlth the requirements of 37 CFR Dart 401,"Rights to Inventions Made by Nonprofit Organizations and Small
Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any Implementing
regulations issued by the awarding agency. Vendor shall comply with these requirements when performing a
purchase order involving experimental, developmental or research work and flowdown this clause to lower-tier
subcontractors performing such work.
CLEAN AIR ACT(42 U.S..C. 7401 et seq.) and the FEDERAL WATER POLLUTICON CONTROL ACT(33 U.S.C. 1251 et seq.),
as amended: Vendor agrees to comply with all applicable standards, orders or regulations issued pursuant to the
Clean Air Act (42 U.S.C. 7401 etseq.) and the Federal Water Pollution Control Act as amended (33 U.S.C, 1251 et
seq.). Violations shall be reported to the Federal awarding agency and the Regional Office of the Environmental
Protection Agency(EPA).Vendor shall comply with the requirements of Clean Air Act and the Federal Water Pollution
Control Act and include this clause in all lower-tier subcontracts with a value over$150,wo.
DEBARMENT AND SUSPENSION (E.O.s 12549 and 12689), By accepting or performing this purchase order,Vendor
certffies that it is nut identified in the Exclusions area of the System for Award Management as being currently
debarred, suspended, proposed for debarment, or otherwise excluded ("SAM Exclusion"). Vendor shall obtain
similar certifications from its lower-tier subcontractors for each subcontract in excess of$25,000 and Vendor shall
not award lower-tier subcontracts in excess of$25,000 to an entity subject to a SAM Exclusion_
LOBBYING RESTRICTIONS(31 U_S_C_ 1352); By arcepting or performing this purchase order,Vendor Certifies that it
will not and has not used Federal appropr€ated funds to pay any person or organization for Influencing or attempting
to Influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an
employee of a member of Congress In connection with obtaining any Federal contract, grant or any other award
covered by 31 U.S.C. 1352.Vendor shall also disclose to Purchaser any lobbying with non-Federal funds that takes
place in connection with obtaining any Federal award or contract. Vendor shall flow down this clause and require
this certification for louver-tier subcontractors with a subcontract of $100,000 or more. Vendor shall provide its
disclosure and all disclosures received from lower-tier subcontractors to Purchaser.
PROCUREMENT OF RECOVERED MATERIALS: A non-Federal entity that is a state agency or agency of a political
subdivision of a state and its contractors must comply with section 6002 of the Solid Waste Disposal Act,as amended
by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items
designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR part 247 that contain the highest
percentage of recovered materials practicable,consistent with maintaining a satisfactory level of competition,where
the purchase price of the item exceeds$10,000 or the value of the quantity acquired duaring the preceding fiscal year
exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource
recovery, and establishing an affirmative procurement program for procurement of recovered materials identified
in the EPA guidelines. Vendor shall comply with this clause and include this clause in all lower-tier subcontracts.
PROHIBITION ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT;
(a) Recipients and subrecipients are prohibited from obligating or expending loan or grant funds to,
(1)Procure or obtain;
(2)Extend or renew a contract to procure or obtain; or
(3) Enter into a contract (or extend or renew a contract) to procure or obtain equipment, services, or
systems that uses covered telecommunications equipment or services as a substantial or essential
component of any system, or as critical technology as part of any system.As described in Public Law 115-
232,section 999, covered telecommunications equipment is telecommunications equipment produced by
Huawei Technologies Company or 2TE Corporation (or anysubsidiary or affiliate of such entities).
Page 48
Page 167 of 593
Agenda Item #6.
FLORIDA SHERIFFS ASSOCIATION
Cooperative Purchasing Program
Contract Terns and Conditions
(l)For the purpose of public safety,security of government facillties, physical security surveillance
of critical infrastructure, and other national security purposes, video surveillance and
telecommunications equipment produced by Hytera Communications Corporation, Hangzhou
Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or
affiliate of such entities).
(ii) Telecommunications or video surveillance services provided by such entities or using such
equipment.
(iii)Telecommunications or video surveillance equipment or services produced or provided by an
entity that the Secretary of Defense, in consultation with the Director of the National Intelligence
or the Director of the Federal Bureau of investigation, reasonably believes to be an entity owned
or controlled by, or otherwise connected to,the government of a covered foreign country.
(b) in implementing the prohibition under Public Law 115-232,section 889, subsection (f), paragraph (1), heads of
executive agencies administering loan, grant, or subsidy programs shall Prioritize available funding and technical
support to assist affected busin+esses, institutions and organizations as is reasonably necessary for these affected
entities to transition from covered communications equipment and services, to procure replacement equipment
and services,and to ensure that cumm,unications service to users and customers is sustained.
(c) See Public Law 1.15-232,section 889 for additional information.
DOMESTIC PREFERENCES FOR.PROCUREMENTS-.
(a) As appropriate and to the extent consistent with law, the non-Federal entity Should, to the greatest extent
practicable under a Federal award, provide a preference for the purchase,acquisition,car use of goods, products, or
materials produced in the United States (including but not limited to Iron, aluminum, steel, cement, and other
manufactured products)_ Vendor agrees to comply with the requirements of this clause and include the
requirements of this clause in all subawards includingall contracts and purchase orders forwork or products under
this award.
(b) For purposes of this section;
(1) "Produced in the United States" means, for iron and steel products,that all manufacturing processes,
from the initial melting stage through the application of coatings,occurred in the United States.
(2)'Manufactured products'means items and construction materials composed in whole or in part of non-
ferrous metals such as aluminum; plastics and polymer-based products such as polyvinyl chloride pipe;
aggregates such as concrete;glass, including optical fiber; and lumber.
4
Page 168 of 593
Agenda Item #6.
U-
F- C
0 2 0 c7 c7 0
a act 00 00 00
cu
_0 _0 -u -Q _0 -u -C -u
:? :3 "Z "? .3 "D .zi
i11 co 00 03 co 0D ED cc ED
C� q q q q q q q
C'V Ln fV C' f*J Q hl O
y 0-h 04 %0 C]
p L — r I
I1 +A i4 4�4 4:4 444 4b4 +0 #!#
e
0
cc ++
CL
cn
w
r0
r s0} 4A Ln
C
Z c V� Z Ln Z LA
IW LD W
LJ
Un cf (A or cn ry Ln
LU (A LU V� LU Ln LU LA
vF U- J %..� J b- J J S
;1 Qt �p 41
,— V � n T ra T 2 RS
qp
} CL GC GC CCal
Ok L) C{
a)
M.
cr LLJ 0 0 �
CSM a M C M C M
ar to c E E E ar E as
r ++ :rJ.
C ¢ a ¢ C M. a
r #' o t?
rn cif.,y ai a =
<
C
+L u r D L _ QULA t
V L9 }' ❑ 0 r+! V LA
M
Page 169 of 593'
Agenda Item #6.
��vrrra� �''•
=(r HPlP'f F9CRNPM
CONTRACT SIGNATURE FORM
BY su bmitting a response to this Invitation to Bid and Signing this form,the Bidder declares that he or
she has read, and the company understands, accepts and will cornply with the terrns, conditions and
specifications of this bid and any addenda issued. The failure or omission to review this document shall
in no way relieve the authorized agent of obligations with respect to th is bid.The submission of a bid
and signature below shall be taken as evidence of acceptance of the terrns and conditions of this bid.
The Bidder f u rther declares that no other persons other than the authorized agent herein named has
any interest in this bid or in the contract to be taken, and that it is made without any connection with
any other person or persons making proposal for the same article, and is in all respects fair and without
collusion or frakid.
The Bidder further declares that they have carefully examined the specifications and is thoroughly
familiar with its provisions and with the quality,type and grade of materials required.
The Bidder further declares that they have provided a discount on all factory options included in this bid,
and such discount will be included in all purchase orders.
The Bidder further declares that the company understands the financial responsibility associated with
this bid as stated and further declares that it has the ability to rneet the financial responsibility
associated with this bid.
The Bidder further declares that the cornpany will furnish the iterns awarded for the price bid_
F A Contract Nam ber FSA23-EQU21.4= Equipment
Bidder Corn pang Name Texas Trailers Sales and Service
Business Address 5601 NW 13th Street Gainesville, FL 32653
Name of Authorized Agent Frick Croft
Email address of authorized agent rick@texastrailersfl.com
Signature
Date 09/04/2023
FSA Contract Number FSA23-EQU21,0; Equipment 0
Bidder Company Name A
Texas Trailers Sales and Service Page 170 of 593
Agenda kpp #6. EXHIBIT
Pokas UaR Estimate
GainesrMe,FL 352-378-4756
-5601 NV4' 13th Street Date Estimate#
Gainesvilk, FL 32653
Office 352-378-4756 1U21--`0113 880-?
Name I Address
Vill age Of T'cqucsta
David Tinoco
Item Description Qty Amount Total
BIG TEX DUMP_._ € LLULt f oni Florida Shcnff's Contract#F-SA',',-EOU21.{1 Exluipmc-nt C ontrarl 13 17.0.[1[1 13,170.00
Specification fr`480-Big Tex Dump Trailcr
141.P-Rase Trailer
Delivered to the Southern District
14LP-16 14LP-16 Dtunp'frailer(7'X 16' 14000#GVWR Low Profile Axles-(2)7.0"LL 870.00 870.0C1`l`
Lube wi lalec.Brakes on Bwh Axles
G)Lplur-2-5rr16"Adjustable Cast
Safety Chain s-3/8"C.ircl.70 yr.-Safety Latch Hcxzk(2 each)
Jacks-12K Top Wind Jack Installed
Tongue-6"Channel Fold Rack-Wrap
Fratue-6"x 3"Tube on 14'
Lib-Self Contained Llectric:ll}°draulic Scissor
Crossrneniburs-6"Channel
Bed Crossmcmhcrs-3"Channel
Bud Lang Silty-3"C;hannul
Red Side Rails-64.2"Funned An-lc
Sides-24"Tall 12 Gauge Smooth Steel
Fenders-9"x 72"Dcmble Square Broke Diamond Plate
Suspension-Mu lti-LeafSLipper SpringwrEqurliaer
Tire-S'1'MA0 R-16 Load Mange L
W heel-1{"x 6"; HD White Mod 8 Bolt
Fluor-10 Gauge Smooth Stec]
Tip Dowm-(4) l f2"D-Rings TnOde Bud
Tig1hts-LFT7 D.D.T.Stop,Tail,Tum.&Clearance
Elec.Plug-7-Way RV Plug
Tarp Assembly Included
Firtislt(Prep}-Steel is C'lemed to Us are a Professional Srnocilz Finish
Finish-9uperiQT Qualify Finish is Applied Cora Highly Dcc orativc and PTLACuLivc
Finish,Rear Stabilizer.lack4(Pair)
Subtotal
Sales Tax (0-0%)
Total
Page 1 Page 171 of 593
Agenda kpp #6.
Pokas UaR Estimate
(3ainesrMe,FL 352-376-4756—44
-5601 NV4' 13th Street Date Estimate#
Gainesvilk, FL 32653
Office 352-378-4756 1U21--`It`3 880-?
Name I Address
VU1age Of T'cqucsta
David Tmoco
Item Description Qty Amount Total
BTDT5W('H ?'Watt Solar C.hargL:r(In%Lallcd On Battcry Box) 475_00 475_00T
*:"Ramps Fire lnCILLLIud
rM)ler Per.Section 3.16 of FSA Contact-The Following Non Scheduled Options Will Be 0.00 O.O T
Adders By The Dealer To Increase.Safety and Productivity Of The End User.
Dealer Add>T g Tex P-3 Package 36"Sides 1PO 24"$1052.63 less 5`•a—S1,400. I 1,000m 1,000m—i-
Subtotal
Sales Tax (0.0%) sc1.f}f}
Total $15,515.f}f}
Pige 2 Page 172 of 593