Loading...
HomeMy WebLinkAboutDocumentation_Regular_Tab 06_1/9/2025 Agenda Item #6. Regular Council STAFF MEMO Meeting: Regular Council - Jan 09 2025 Staff Contact: Doug Chambers, Director of Public Department: Public Works Works Consider Approval of Purchase for Two Nissan Frontier 4X4 Vehicles Staff is requesting approval to purchase two Nissan Frontier 4X4 vehicles through the Florida Sheriffs Association Contract (FSA24-VEL32.0). Terry Taylor Deland Nissan Inc. has been awarded the contract under the FSA. This purchase involves replacing two older Ford F-150 trucks currently in the fleet. One vehicle will be assigned to the Public Works Department, and the other to Parks and Recreation. The replaced Ford F-150s will be declared surplus and sold via auction. The purchase of these vehicles was approved and budgeted in the Fiscal Year 2025 budget. Funding for the purchases is allocated as follows: • Account Number: 501-160-664.602 • Budgeted Amount: $40,000 per department • Vehicle Cost: $37,171.90 each (total cost $74,343.80) This cost falls within the approved budget allocation for both departments. Staff recommends: 1. The purchase of two Nissan Frontier 4X4 vehicles from Terry Taylor Deland Nissan Inc. through the Florida Sheriffs Association Contract FSA24-VEL32.0. 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 INFORMATION: BUDGET AMOUNT AMOUNT AVAILABLE EXPENDITURE AMOUNT: $807000.00 $3507000.00 $747343.80 FUNDING SOURCES: 501-160-664.602 IS THIS A PIGGYBACK: ❑ Yes ❑ N/A DID YOU OBTAIN 3 QUOTES? ❑ Yes ❑ N/A Page 79 of 188 Agenda Item #6. COMMENTS/EXPLANATION ON SELECTIONThis cost falls within the approved budget allocation for both departments. ATTACHMENTS: — 2025.01 Deland Nissan Packet Two Nissan Frontier 4X4 Vehicles Page 80 of 188 Agenda Item #6. Village of Tequesta Village Clerk's Office Agreement Transmittal Form Attach the Agreement Transmittal Form to the top of ALL agreements including agreements that go to Council for approval AND agreements the manager signs (under $75,000). Agreements are processed and imaged immediately following the council meeting, therefore should be signed by the entity you are entering into agreement with PRIOR to coming to the Clerk's or Manager's Office. Please complete the form in its entirety. DEPARTMENT AND STAFF Public Works CONTACT (who do we contact Doug Chambers/Janet McCorkle with questions): NAME OF VENDOR: Terry Taylor's Deland Nissan, Inc. PROJECT NAME/TITLE OF Purchase of Two Nissan Frontier 4X4 Vehicles AGREEMENT: COUNCIL APPROVAL DATE: January 9, 2025 ORDINANCE/RESOLUTION NUMBER: IS THIS A CAPITAL PROJECT: ❑ Yes Capital projects require a longer 0 No retention period. DOLLAR AMOUNT: $74)343.80 ($37,171.90 each) AGREEMENT TERM END DATE (Required to be filled in): March 14, 2026 If the agreement DOES NOT have an end date, please assign it an end date for imaging and disposition purposes. NUMBER OF AGREEMENTS TO BE SIGNED (did you place sign 1 here tabs in the proper signature locations?) SPECIAL INSTRUCTIONS FOR CLERK'S OFFICE: Updated: 6/28/2023 Page 81 of 188 Agenda Item #6. V '111age of T 345 Tequesta Drive 561-768-0700 Tequesta, FL 33469 www.tequesta.org Tequesta Public Works Department Memorandum To: Jeremy Allen, Village Manager From: Douglas M. Chambers, Director Public Works Subject: Approval of Purchase for Two Nissan Frontier 4X4 Vehicles Date: December 30, 2024 Staff is requesting approval to purchase two Nissan Frontier 4X4 vehicles through the Florida Sheriffs Association Contract (FSA24-VEL32.0). Terry Taylor Deland Nissan Inc. has been awarded the contract under the FSA. This purchase involves replacing two older Ford F-150 trucks currently in the fleet. One vehicle will be assigned to the Public Works Department, and the other to Parks and Recreation. The replaced Ford F-150s will be declared surplus and sold via auction. The purchase of these vehicles was approved and budgeted in the Fiscal Year 2025 budget. Funding for the purchases is allocated as follows: • Account Number: 5 01-160-664.602 • Budgeted Amount: $40,000 per department • Vehicle Cost: $37,171.90 each (total cost $74,343.80) This cost falls within the approved budget allocation for both departments. Staff recommends: 1. The purchase of two Nissan Frontier 4X4 vehicles from Terry Taylor Deland Nissan Inc. through the Florida Sheriffs Association Contract FSA24-VEL32.0. Doug Chambers Director Department of Public Works This document may be reproduced upon request in an alternative format by contacting the Village Clerk's Office at 561-768-0440 or by completing our accessibility form: https://bit.ly/3mnfeU4 Page 82 of 188 Agenda Item N. D H ERI F FS ASSOC CONT RACT Terry Taylor's DE LAND ICI ISSAN Inc. 2600 SOUTH WOODLAND BLVD DELAND, FL 32720 Ph: 386-734-3003 Fax, 386-734-5743 Atte ri-tion C ho nibers Public Works Cell 386-801-4187 To V_ ci-,,,i e L" 'eq u es'a From: Howard Williams, r ' Phone # 6 7 68.0483 C 5 61 ,9 4 1 389 E-mail h(iwardwilIlams@cfl.rr.com Fax #: Pages: 1 Re: Frontier 4x4 Date: 11/18.12 024 E-mail I c h a im b e r 5 t qu e s t ai..-,of rev is ea 11119.124 B'r d FSA24-VEL32.0, Item-. 9179 District'. So Lithern Model 0: 321315 Order Code DescripLion Price Base Corn pact CC Pi c ku p T rya c k 4x4 N is an F rontle r S S 3 4.14 0.C-0 Spray Bed I-Spray-ors bedlirier Lino-X Deaaler Instafled 5 112 ft bed: 4 carr.er Buyers LED Strobes surface mounted', VVheler- Mr-ii T lor Strobes Hn-ibe,r Strobes additional S280.00 S Heavy duty towirg package up to 36500 lbs. Dee ler s�pp]ied 2" ba 11 mount and pin and clip ano 211 ball- DEALER INSTALLED 'Hitc;h willh L HD Tow ball mount and pin and clip and 2" ball- 2 112 11 Rock Country lift kit installed including new front alignment and aciditioin of Nissan dc)L.13'e adjustable bolt allowirig for future maintaince Lift kit -3-l'gnvents 1,12800 R mats Factct-y From and fear high s de runb(�, mats 3 piece $ 210-00 B92 ISPlash Guards $ 24990 Credit C,edit delete to 2,024 Model inventory for immediate delivery $ (11200.001) Ba-C,-kup camera Standard equipment Total Vehicle Quote- .171 90] Page 83 of 188 Agenda Item #6. CL 0 C3 C:l 0 JU co:2 CD CD ED ED 0 C'13 r cm LO to 6% W U4 <0 � it 60 4A sa 47] at N M co E di 0 0 r- 0 =1 4A V6 iu IV) B 0 0 m to ci ni CL IV E37 CL w 13L 12 m 3 0 0. 73 0 pq -d-p L- D 12 ai 0 Z3 -0 V) E 6C x E l-.- CL d; C� m < C3 011 E V? cc 'p' > x r— EZ w �b c s E E ' > 0 =1 M--cn �2 -z-- ffi + M + CL JZ cl D c :E E f-- w _0 LU 0 La rd ra m w Q3 -01 en <1 J El < U- > CL FY > ro Cil) Or > IL CD > C3 Cr3 cu (1p Im m Q ca V) LO'R c �cr x 3.1 0 0 C3 C3 CL E > P.- C3 U- LO (U 1 r2 < 0 Page 84 of 188 .Agenda Item #6. ---b L.L vp Ul Ln vi Vi C7 Ad 4-d M. 0 C C_ II 7. > UD Ln M IDo % 2L x M ICL 4%;q t0q to < CD :3 • CIL 0 7-- o L- 3: Lj -9 ril cl Ln Ln Q Ln LO Ull vtl r 11 z 2! ad C- 0 M ro M Lr) 61 W� vi V1 - 0 T— L- 1. 6- 'L. > 0 0 0 0 6-1 56. ru A�N L-1 L- M M eG 4-0 F II — L-L crlr lh6. 6- Qj > gn 9qt (9- Lr > M Ul CL M= x M C: E M 3< LL- > r_ < LL -�c M u - en Ln 4w N E c 0 N Page 85 of 188..,-*' Agenda Item #6. Spec 179 Frontier S Crew 4x4 SWB Model # 32015 The IjrStod FACTORY Options and Model Upgrades are Dii-scounted 2% from IDS RIB option cone Description 2025 MSRP Bid Price 1 Fro rider S Crew 4x4 SWB Model # 32015 3,8L V6 Engine wl DI G H P - 310 Torq ue - 2 81 lb-ft,9-Speed A utomatic Transm ission, 2-speed Electronic.Transfer Case with 4-HI and 4-LO, SteelFir-ont Skid Plate. Front Tow Hooks f 1; for S grades 2 for SV grades) 4.. Wheel OlsG Brakes, Active Brake Limited Slip (ABLS) on Driven Wheels, Front Stab-flizer Bar, Active Brake Limited S,lip (A ESL S) or, Driven Wheels, Solid Rear Axle wi Leaf Spring 3uspension, 1611 Full-size Spare, Manual-tilt Steering Wheel. Front Power VVindows ,(2) w/ Driver Or Auto-down, Power Door Locks w/ Igo mote Keyless Entry, Automatic Emergency Braking wl Pedestrian Detect-Ion (P-AEB). Intelligent Forward Collision Warning (1-FCVV). I ritalligent Driver Alertness (I-D ). Rear Window Tinted Privacy Glass Ax4 features include 2-speed Ellectron'tre Transfer Case with 4-HI and 4-11_0 + Steel Front Skid Plate + Front Tow Hooks ( 1 for S grades) + Hill Descent Control + 4x34 Mode Switch + 32115 4x4 Badging; Base C red it De lets to Frontier S Mode I KI nq Ca b 4x4 with al I the 31015 following listed op'tions available; Credr, $ (11014.00) Tech.nology Pacikage: Includes Lane Departure warning, Blind Spot Warnig. Rea, cross traffic alert- Rear Sonar System,Pea r Vol automatic bray-fir; H!qi'ri beam Assist , Intelligent Cruise Contro], STID STD a%- S- Utility Package SPRAY-IN BEDLIN ELF . 120V POWER 0 UTLET I N BE D, 120V PO R 0 U TLET I N REAR C 11-NTE R f%,-W%0 N SO LE K01 S 700-00 $ 686.DD A93 Drop-In E3ed Liner & Bumper Step $ 675.00 S 661.5D F93 Off-road style to rails $ BDD.00 5 784.00 N10 Remote Engine Start $ 375.00 $ 367.5D [395 Graphics Package $ 705.00 $ 690.90 B94 Splash Guafds 255.00 $ 4 9.90 J01 Sliding Window Delete *CFI EDIT ...(100 L9 Careeted Floor Mats $ 205.00 $ 200.90, T92 Factory tow package-Inc hitch tow ha rness and to switch $ 525.00 $ 514A50 The Listed Dealer Add Opt-ions are Marked up from Cost as shown R mats lFacto ry Front and rear hi.9h sJde rubber mats 3 Eiece 40% $ !2 1 tO.0 0 Page 86 of 188 Agenda Item #6. �s Spray Bed Spray-on bed liner Line-X Dealer Installed 5 112 ft bed: 40% $ 890.00 2 112" Rock Country I f-1 kit installed lincluding new front alignment and additloin of Nissan double adjustable bolt allowing for future Lift kit maintaince alignments 404/:) 112 �dent visors - sfick-ors Style Front doors only; Re2r doors Additional Vent V-1sers 55500 4M.- 175.00 MNS DECKED ORAVI rER SYSTEM Installed ir bed 40�� 11969-00 Fiberglass tonneau cover in Black color or-ly, Ki-ig Cab r-nodel is F lberglas Black Trifold-, Acc: 56,300.00 for ROLL-N-LOCK or ROLLBAK IN Lid LIEU OF Fibeglass Tonneau over 4 0 2/ .675.00 Fiberglass cab High topper with front, side and rear windows FibergIts (painted to match) Swing out -side windows. additional S575.00; opper To er•with no side wi ndows - add itio rya I S728.00 35% $ 2,990.00 Aluminum or Steel toppers same price: ARE 23" DCU Aluminum Metal Ca p with 1 ns!de Alum inum s kin, add itionial $1400.DO- Ca rgo G lide To peer 1000 # capacity installed in bed Addific na'l -$1980,00 3 5 CA $ 2,685�00 Alum inum heavy duty aluminum tool box 14"' deep box, Additional $75.00 for Box 18" deep box 40% $ 698.00 om puter stand iDealor installed Light duty computer stand 4 C,:,/c 5 890-00 Grp r-riher Joh�nson Quick adjustable includes 7160-1412 Frontier COIMPUter base and 7160-0775 Tube assembly and 7160-0250 Notepad Laptop cradle and 7160-0251 Screen support including Fully adjusta LEI c. Stand Sta nd; .13B9.00 Heavy duty towing package up to 3.500 lbs. Dealer supplied 2" ball mount and pin and clip and 2" ball; DEALER INSTALLED Hitch HD Tow with 2 bal" mount and pin and clip arid. 2" ball-. 40% 875.00 JtTo N Fill ud ing �pari�tire 45% 9. Nitrogen filled tires inc[ $ Ca b Guard Cab shield headache rapK(protects b-2ck of cab) 40% $ 790.OD Pipe Rack Pipe rack w1expanded metal basket over cab (for pic%up bec) 40% $ 1,975.00 Safety kit Fire Ex tin g0sher and Triangle flare kit 4 5--/c $ 122.00 Ladder Rack Single ladder rack side mDunted (sQecify street or curbside) 4 rO% $ 11295.00 3Td Key Addilion2l Key Fob(s) Includes Dealer PFOgram resin g 45% $ 347-00 Amber Lig ht Amber L ED Lig ht Bar with Wo A lig Iota, Alley Lights & Rear Traff 1C bar Advisor Installed - Whelen 9X Edge additional $630,00, 40% $ 2-540.00 Mini Light Mini Century Amber Lightbar 11 I'm with Permanent Mount kit Part# bar MC 11 PA 16" Bar add $62.00 4 0 ulo S 1,159.00 4 corner Buyers LED Strobes surface mounted; Whelm Mini T Ion Strobes amber Strobes additional $.210-00 40% $ 8,100 ion Strobes ACorner Whelen Ion T series Linear A/W Strobes 40% $ 17390.00 Page 87 of 188 Agenda Item #6. BUA Bask Lp alarm 92, Db 45% 149 DO DASH CM.,`1 - DUAL CAMeRA DRIVE RECORDER- Dealer install S92 additional $190.00 4011/o $ 360.DO 450 W I reverter Xantrex Xpewer 450 inverter Size 8.3 x 4.5 x 2-6 4011/a $ 650.DD 600 w I nve rte r Xantrex SVV600 True Sin ewave Inve.,ter Model 806-1206 40% S 785-00 Dark tilt Dea ler instal led Ada rkest le I ti rat F ront door g lass 4011/a $ 195.00 T-int strip Mindshield Visor strip 4 5'1/o $ 50. 0 Dealer Tag Options and Extended Warranty No Discount lAdditional Factory opt-ions not li-steel wil I be d"SCOLunted 2%- additional Dealer opt-Ions w-111 be discounted 10% from, Retail pr'ice. D10 .A ny s u,-cl-a rg es wil I be itemized and 2assed ori at cost, Inc, Inc --I-empTag Temporary Paper to 0% ITransfer exisfing registration (must provide tag number) Includes I�i T ra ns se-Li re overnight delivery 0% $ 120.00 New Tag New state to specify stater county. city. sheriff, etc.) 0% $ 156.00 Class 1 Nissan Securlty+Pllus Gold Preferred 36 months or GP136100 100.000 miles -0- Deed u ctible Exlended Wa rra My 0% $1.450.DD lClass 1 Nissan Seca rity+Plus Gold Preferred 48 rye.9ths of G. P`1 48100 120.000 miles -0- Deductible Extended VVarrant y 0 0/(j $2,299.00 Class I Nissan Security�Plus Gold Preferred 60 months -or I 7 GP160100 100,000 mi les -0- Deducti b le Extended VVarra My 01-1/-, S1. 0 Page 88 of 188 #60 Purchase Order Village of Tequesta P.O. NO. REQ. NO. ORDER DATE VEND NO. 345 Tequesta Drive Tequesta, FL 33469 25-000923 25-000923 11/26/2024 02629 • VENDOR ADDRESS: SHIP TO: 02629 TERRY TAYLOR'S DELAND NISSAN INC 2600 SOUTH WOODLAND BLVD DELAND, FL 32720 , ry Date ORDERED BY PRICE SOURCE DEPARTMENT JMCCORKLE CONTRACT PW PO DESCRIPTION: FRONTIER PICKUP TRUCK QUANTITY DESCRIPTION UNIT PRICE AMOUNT 1 FRONTIER PICKUP TRUCK 377171.90 37,171.90 501-160-664.602 VEHICLES 377171.90 NET TOTAL: 37,171.90 FLORIDA SHERIFFS ASSOCIATION COOPERATIVE PURCHASING CONTRACT FSA24-VEL32.0 VILLAGE OF TEQUESTA FINANCE DIRECTOR DATE Page 89 of 188 Agenda Item N. D H ERI F FS ASSOC CONT RACT Terry Taylor's DE LAND ICI ISSAN Inc. 2600 SOUTH WOODLAND BLVD DELAND, FL 32720 P h.- 386-734-3003 Fax, 386-734-5743 Atten-tion Chonibers - Leisure Cell 386-801-4187 To V_ ci-,,,i e L" 'eq u es'a From: Howard Williams, r ' Phone # 6 7 68.0483 C 5 61 ,9 4 1 389 E-mail h(iwardwilIlams@cfl.rr.com Fax #: Pages: 1 Re: Frontier 4x4 Date: 11/18.12 024 E-mail I c h a im b e r 5 t qu e s t ai..-,or rev is ea 11119.124 B'r d FSA24-VEL32.0, Item-. 9179 District'. So Lithern Model 0: 321315 Order Code DescripLion Price Base Com pact CC Pi c ku p T rya c k 4x4 N is an F rontle r S S 34.140.C-0 Spray Bed I-Spray-ors bey irier Line-X Deaaler Instafled 5 112 ft bed: 4 carr.er Buyers LED Strobes surface mounted', VVheler- Mr-ii T lor Strobes Hn-ibe,r Strobes additional S280.00 S Heavy duty towirg package up to 36500 lbs. Dee ler s�pplied 2" ba 11 mount and pin and clip ano 211 ball- DEALER INSTALLED 'Hitc;h willh L HD Tow ball mount and pin and clip and 2" ball- 2 112 11 Rock Country lift kit installed including new front alignment and acid-Itioin of Nissan dc)L.13'e adjustable belt a Ile wirig for future maintairce Lift it -3-l'gnvents 1,12800 R mats Factct-y From and fear high s de runb(�, mats 3 piece $ 210-00 B92 ISPlash Guards $ 24990 Credit C,edit delete to 2,024 Model inventory for immediate delivery $ (11200.001) Eta-C,-kup camera Standard equipment Total Vehicle Quote- .171 90] Page 90 of 188 Agenda Item #6. CL 0 C3 C:l 0 JU co:2 CD CD ED ED 0 C'13 r cm LO to 6% W U4 <0 � it 60 4A sa 47] at N M co E di 0 0 r- 0 =1 4A V6 iu IV) B 0 0 m to ci ni CL IV E37 CL w 13L 12 m 3 0 0. 73 0 pq -d-p L- D 12 ai 0 Z3 -0 V) E 6C x E l-.- CL d; C� m < C3 011 E V? cc 'p' > x r— EZ w �b c s E E ' > 0 =1 M--cn �2 -z-- ffi + M + CL JZ cl D c :E E f-- w _0 LU 0 La rd ra m w Q3 -01 en <1 J El < U- > CL FY > ro Cil) Or > IL CD > C3 Cr3 cu (1p Im m Q ca V) LO'R c �cr x 3.1 C3 0 0 C3 CL E > P.- C3 U- LO < ry 06 Page 91 of 188 0- .Agenda Item #6. ---b L.L vp Ul Ln vi Vi C7 Ad 4-d M. 0 C C_ II 7. > UD Ln M ID % 2L x M ICL 4%;q t0q to < 0 CD CL 1 :3 fl� i CIL • 0 "3 ry 06 Lj c -9 cl Ln Q LO Ull vtl r I ad z 2! C— M 0 M ro M Lr) 61 W� vi V1 - 0 T— L- -L 6- 'L. > 0 0 0 0 6-1 56. 03 L, M M eG 4-0 F II - F— crlr lh6. 6- Qj > gn 9qt (9- kLD Lr > M Ul CL M= x ai M Q -- -6.J C: E M 3< -j w U- > < M Ln m ru 4w N E c N Page 92 of 188..,-*' Agenda Item #6. Spec 179 Frontier S Crew 4x4 SWB Model # 32015 The IjrStod FACTORY Options and Model Upgrades are Dii-scounted 2% from IDS RIB option cone Description 2025 MSRP Bid Price 1 Fro rider S Crew 4x4 SWB Model # 32015 3,8L V6 Engine wl DI G H P - 310 Torq ue - 2 81 lb-ft,9-Speed A utomatic Transm ission, 2-speed Electronic.Transfer Case with 4-HI and 4-LO, SteelFir-ont Skid Plate. Front Tow Hooks f 1; for S grades 2 for SV grades) 4.. Wheel OlsG Brakes, Active Brake Limited Slip (ABLS) on Driven Wheels, Front Stab-flizer Bar, Active Brake Limited S,lip (A ESL S) or, Driven Wheels, Solid Rear Axle wi Leaf Spring 3uspension, 1611 Full-size Spare, Manual-tilt Steering Wheel. Front Power VVindows ,(2) w/ Driver Or Auto-down, Power Door Locks w/ Ro mote Keyless Entry, Automatic Emergency Braking wl Pedestrian Detect-Ion (P-AEB). Intelligent Forward Collision Warning (1-FCVV). I ritalligent Driver Alertness (I-D ). Rear Window Tinted Privacy Glass Ax4 features include 2-speed Ellectron'tre Transfer Case with 4-HI and 4-11_0 + Steel Front Skid Plate + Front Tow Hooks ( 1 for S grades) + Hill Descent Controll + 4x34 Mode Switch + 32115 4x4 Bag ing; Base C red it De lets to Frontier S Mode I KI nq Ca b 4x4 with al I the 31015 following listed op'tions available; Credr, $ (11014.00) Tech.nology Pacikage: Includes Lane Departure warning, Blind Spot Warnig. Rea, cross traffic alert- Rear Sonar System,Pea r Vol automatic bray-fir; H!qi'ri beam Assist , Intelligent Cruise Contro], STID STD a%- S- Utility Package SPRAY-IN BEDLIN ELF . 120V POWER 0 UTLET I N BE D, 120V PO R 0 U TLET I N REAR C 11-NTE R f%,-W%0 N SO LE K01 S 700-00 $ 66.99 A93 Drop-In E3ed Liner & Bumper Step $ 675.00 S 661.59 F93 Off-road style to rails $ B99.00 5 784.00 N10 Remote Engine Start $ 375.00 $ 367.59 [395 Graphics Package $ 705.00 $ 690.90 B94 Splash Guafds 255.00 $ 4 9.90 J01 Sliding Window Delete *CFI EDIT ...(100 L9 Careeted Floor Mats $ 205.00 $ 200.90, T92 Factory tow package-Inc hitch tow ha rness and to switch $ 525.00 $ 514A50 The Listed Dealer Add Opt-ions are Marked up from Cost as shown R mats lFacto ry Front and rear hi.9h sJde rubber mats 3 Eiece 40% $ !2 1 tO.0 0 Page 93 of 188 Agenda Item #6. �s Spray Bed Spray-on bed liner Line-X Dealer Installed 5 112 ft bed: 40% 890.00 2 112" Rock Country I f-1 kit installed lincluding new front alignment and additloin of Nissan double adjustable bolt allowing for future Lift kit maintaince alignments 404/:) 112 �dent visors - sfick-ors Style Front doors only; Re2r doors Additional Vent V-1sers 55500 4M 175.00 MNS DECKED ORAVI rER SYSTEM Installed ir bed 40�� 11969-00 Fiberglass tonneau cover in Black color or-ly, Ki-ig Cab r-nodel is F lberglas Black Trifold-, Acc: 56,300.00 for ROLL-N-LOCK or ROLLBAK IN Lid LIEU OF Fibeglass Tonneau over 4 0 2/ .675.00 Fiberglass cab High topper with front, side and rear windows FibergIts (painted to match) Swing out -side windows. additional S575.00; opper To er•with no side wi ndows - add itio rya I S728.00 35% $ 2,990.00 Aluminum or Steel toppers same price: ARE 23" DCU Aluminum Metal Ca p with 1 ns!de Alum inum s kin, add itionial $1400.DO- Ca rgo G lide To peer 1000 # capacity installed in bed Addific na'l -$1980,00 3 5 CA $ 2,685�00 Alum inum heavy duty aluminum tool box 14"' deep box, Additional $75.00 for Box 18" deep box 40% $ 698.00 om puter stand iDealor installed Light duty computer stand 4 C,:,/c 5 890-00 Grp r-riher Joh�nson Quick adjustable includes 7160-1412 Frontier COIMPUter base and 7160-0775 Tube assembly and 7160-0250 Notepad Laptop cradle and 7160-0251 Screen support including Fully adjusta LEI c. Stand Sta nd; .13B9.00 Heavy duty towing package up to 3.500 lbs. Dealer supplied 2" ball mount and pin and clip and 2" ball; DEALER INSTALLED Hitch HD Tow with 2 bal" mount and pin and clip arid. 2" ball-. 40% 875.00' JtTo N Fill ud ing �pari�tire 45% 9. Nitrogen filled tires inc[ $ Ca b Guard Cab shield headache rapK(protects b-2ck of cab) 40% $ 790.09 Pipe Rack Pipe rack w1expanded metal basket over cab (for pic%up bec) 40% $ 1,975.99 Safety kit Fire Ex tin g0sher and Triangle flare kit 4 5--/c $ 122.00 Ladder Rack Single ladder rack side mDunted (sQecify street or curbside) 4 rO% $ 11295.00 3Td Key Addilion2l Key Fob(s) Includes Dealer PFOgram resin g 45% $ 347-00 Amber Lig ht Amber L ED Lig ht Bar with Wo A lig Iota, Alley Lights & Rear Traff 1C bar Advisor Installed - Whelen 9X Edge additional $630,00, 40% $ 2-540.00 Mini Light Mini Century Amber Lightbar 11 I'm with Permanent Mount kit Part# bar MC 11 PA 16" Bar add $62.00 4 0 ulo S 1,159.00 4 corner Buyers LED Strobes surface mounted; Whelm Mini T Ion Strobes amber Strobes additional $.210-00 40% $ 8,100 ion Strobes ACorner Whelen Ion T series Linear A/W Strobes 40% $ 17390.00 Page 94 of 188 Agenda Item #6. BUA Bask Lp alarm 92, Db 45% 149 DO DASH CM.,`1 - DUAL CAMeRA DRIVE RECORDER- Dealer install S92 additional $190.00 4011/o $ 360.DO 450 W I reverter Xantrex Xpewer 450 inverter Size 8.3 x 4.5 x 2-6 4011/a $ 650.DD 600 w I nve rte r Xantrex SVV600 True Sin ewave Inve.,ter Model 806-1206 40% S 785-00 Dark tilt Dea ler instal led Ada rkest le I ti rat F ront door g lass 4011/a $ 195.00 T-int strip Mindshield Visor strip 4 5'1/o $ 50.00 Dealer Tag Options and Extended Warranty No Discount lAdditional Factory opt-ions not li-steel wil I be d"SCOLunted 2%- additional Dealer opt-Ions w-111 be discounted 10% from, Retail pr'ice. D10 .A ny s u,-cl-a rg es wil I be itemized and 2assed ori at cost, Inc, Inc --I-empTag Temporary Paper to 0% ITransfer exisfing registration (must provide tag number) Includes I�i T ra ns se-Li re overnight delivery 0% $ 120.00 New Tag New state to specify stater county. city. sheriff, etc.) 0% $ 156.00 Class 1 Nissan Securlty+Pllus Gold Preferred 36 months or GP136100 100.000 miles -0- Deed u ctible Exlended Wa rra My 0% $1.450.DD lClass 1 Nissan Seca rity+Plus Gold Preferred 48 rye.9ths of G. P`1 48100 120.000 miles -0- Deductible Extended VVarrant y 0 0/(j $2,299.00 Class I Nissan Security�Plus Gold Preferred 60 months -or I 7 GP160100 100,000 mi les -0- Deducti b le Extended VVarra My 01-1/-, S1. 0 Page 95 of 188 #60 Purchase Order Village of Tequesta 345 Tequesta Drive P.O. NO. REQ. NO. ORDER DATE D O Tequesta, FL 33469 25-000927 25-000927 12/03/2024 02629 • VENDOR ADDRESS: SHIP TO: 02629 TERRY TAYLOR'S DELAND NISSAN INC 2600 SOUTH WOODLAND BLVD DELAND, FL 32720 , ry Date ORDERED BY PRICE SOURCE DEPARTMENT GCORBITT CONTRACT LEISURE PO DESCRIPTION: FRONTIER PICKUP TRUCK QUANTITY DESCRIPTION UNIT PRICE AMOUNT 1 FRONTIER PICKUP TRUCK 377171.90 37,171.90 501-160-664.602 VEHICLES 377171.90 NET TOTAL: 37,171.90 FLORIDA SHERIFFS ASSOCIATION COOPERATIVE PURCHASING CONTRACT FSA24-VEL32.0 VILLAGE OF TEQUESTA FINANCE DIRECTOR DATE Page 96 of 188 Agenda Item #6. PUBLIC RECORDS. In accordance with Sec. 119.07011 Florida Statutes, CONTRACTOR must keep and maintain this Agreement and any other records associated therewith and that are associated with the performance of the work described in the Proposal or Bid. Upon request from the Village's custodian of public records, CONTRACTOR must provide the Village with copies of requested records, or allow such records to be inspected or copied, within a reasonable time in accordance with access and cost requirements of Chapter 119, Florida Statutes. A CONTRACTOR who fails to provide the public records to the Village, or fails to make them available for inspection or copying, within a reasonable time may be subject to attorney's fees and costs pursuant to Sec. 119.0701, Florida Statutes, and other penalties under Sec. 119.10, Florida Statutes. Further, CONTRACTOR shall ensure that any exempt or confidential records associated with this Agreement or associated with the performance of the work described in the Proposal or Bid are not disclosed except as authorized by law for the duration of the Agreement term, and following completion of the Agreement if the CONTRACTOR does not transfer the records to the Village. Finally, upon completion of the Agreement, CONTRACTOR shall transfer, at no cost to the Village, all public records in possession of the CONTRACTOR, or keep and maintain public records required by the Village. If the CONTRACTOR transfers all public records to the Village upon completion of the Agreement, the CONTRACTOR shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the CONTRACTOR keeps and maintains public records upon completion of the Agreement, the CONTRACTOR shall meet all applicable requirements for retaining public records. Records that are stored electronically must be provided to the VILLAGE, upon request from the Village's custodian of public records, in a format that is compatible with the Village's information technology systems. IF CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, PLEASE CONTACT THE VILLAGE CLERK, RECORDS CUSTODIAN FOR THE VI LLAG E, AT (561) 768-0440, OR AT Imcwilliams@tequesta.org, OR AT 345 TEQUESTA DRIVE, TEQUESTA, FLORIDA 33469. 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 governing bodies based on such audits, reviews, or investigations. All parties doing business with the Village shall fully cooperate with the inspector general in the exercise of the inspector general's functions, authority, and power. The inspector general has the power to take sworn statements, require the production of records, and to audit, monitor, investigate and inspect the activities of the Village, as well as contractors and lobbyists of the Village in order to detect, deter, prevent, and eradicate fraud, waste, mismanagement, misconduct, and abuses. Page 97 of 188 Agenda Item #6. "The Village of Tequesta strives to be an inclusive environment. As such, it is the Village's policy to comply with the requirements of Title II of the American with Disabilities Act of 1990 ("ADA") by ensuring that the Contractor's [ agreement/bid documents and specifications ] are accessible to individuals with disabilities. To comply with the ADA, the Contractor shall provide a written statement indicating that all [ agreement /bid documents and specifications], from Contractor, including files, images,graphics,text, audio, video, and multimedia, shall be provided in aformat that ultimately conforms to the Level AA Success Criteria and Conformance Requirements of the Web Content Accessibility Guidelines 2.0 (Dec. 11, 2008) ("WCAG 2.0 Level AA"), published by the World Wide Web Consortium ("WK"), Web Accessibility Initiative ("WAI"), available at www.w3.org/TR/WCAG/." Page 98 of 188