Loading...
HomeMy WebLinkAboutDocumentation_Regular_Tab 06_11/14/2013 f�� VILLAGE OF TEQUESTA ; AGENDA ITEM TRANSMITTAL FORM 1. VILLAGE COUNCIL MEETING: Meeting Date: Meeting Type: Regular Ordinance #: Cl�ck here to enter text. November 14, 2012 Consent Agenda: Yes Resolution #: Click here to enter tex�. Originating Department: Manager 2. AGENDA ITEM TITLE: (Wording form the SUBJECT line of your staff report) 1. Per Village Ordinance we are presenting the following agreements, proposals, commitments and memorandum of understanding to Council: 3. BUDGET / FINANCIAL IMPACT: Account #: Various Amount of this item: Various Current Budgeted Amount Available: Amount Remaining after item: Budget Transfer Required: No Appropriate Fund Balance: No 4. EXECUTIVE SUMMARY OF MAJOR ISSUES: (This is a snap shot description of the agenda item) 1. Per Village Ordinance we are presenting the following agreements, proposals, commitments and memorandum of understanding to Council: a. Baron Signs Manufacturing Contract-Public Services Facility Sign. b. Car-Comm, Inc. Agreement-Police Radios Communications Maintenance Services. c. Molley's Trolley's Transportation Services for Tequesta Fest. d. Hub City Ford-2014 Ford Focus Utilities Purchase Order. e. Don Reid Ford 2014'/z Ton Pickup Truck 4x4 Utilities Purchase Order. f. Don Reid Ford 2014 Ford F-150 Stormwater Purchase Order. g. ACF Standby Systems LLC Water Treatment Plant Portable Generator Purchase Order. h. Ford Motor Company Short Term Demonstrator Loan & Evaluation Agreement/Police Dept. i. Siemens Water Technologies LLC Hydrogen Peroxide Renewal Contract. j. Nozzle Nolan, Inc. Annual Pest Solutions Agreement for Constitution Park. k. JTAA 2013 Holiday Parade �lold Harmless, Indemnity and Liability Agreement for use of the Village's mule utility vehicle. 5. APPROVALS: ' "�,� Dept. Head: Finance Director: ���' ��viewed for Financial `�-�- Sufficiency No Financial Impact Attorney: (for legal sufficiency) Yes ❑ No ❑ Village Manager: _.�--;-�--�= ���"`�� -��� '�"°°� � SUBMIT FOR COUNCIL �ISCUSSION: • APPROVE ITEM: ❑ • DENY ITEM: � Form amended 08/26/08 r �� �. MEMORANDUM , �, - � Village of Tequesta ` Administration TO: Village Council FROM: Michael Couzzo, Village Manager DATE: November 4, 2013 SUBJECT: Presentation of Agreement, Contracts, etc. Per Village Ordinance I respectfully present the following agreements, proposal, commitments and memorandum of understanding to Council. a. Baron Signs Manufacturing Contract-Public Services Facility Sign. b. Car-Comm, Inc. Agreement-Police Radios Communications Maintenance Services. c. Molley's Trolley's Transportation Services for Tequesta Fest. d. Hub City Ford-2014 Ford Focus Utilities Purchase Order. e. Don Reid Ford 2014 Ton Pickup Truck 4x4 Utitities Purchase Order. f. Don Reid Ford 2014 Ford F-150 Stormwater Purchase Order. g. ACF Standby Systems LLC Water Treatment Plant Portable Generator Purchase Order. h. Ford Motor Company Short Term Demonstrator Loan & Evaluation Agreement/Police Dept. i. Siemens Water Technologies LLC Hydrogen Peroxide Renewal Contract. j. Nozzle Nolan, Inc. Annual Pest Solutions Agreement for Constitution Park. k. JTAA 2013 Holiday Parade Hold Harmless, Indemnity and Liability Agreement for use of the Village's mule utility vehicle. ■ _ � � • ■ � - - � Proposal 900 West 13th Street Date Proposal # Riviera Beach, FL 33404 (561) 863-7446 � fax (561) 848-2270 10/30/2013 19292 www.baronsign.com Customer Name Installation Address Viilage of Tequesta 136 Bridge RD. 345 Tequesta Drive Tequesta, FL Tequesta, FL Rep Contact Phone Email Terms EP Debra Telfrin 561-768-0465 dtelfrin@tequesta.org 50% de... Qty Description Cost Total 1 Fabricate and install non illuminate plastic formed letters and 3,565.00 3,565.00T aluminum backplate per approved design dated 10-30-2013 1 Fabricate and install one set of Address numbers 136 8°' high of the 185.00 185.00T same letters for the main sign. 1 Permit procurement and NOC fee 435.00 435.00T 1 Engineering fee 175.00 175.00T 1 Permit fee will be paid by the Village of Tequesta upon completion of 0.00 0.00 project. 1 50% Due with Signed Agreement and 50% Due at Coanpletion. 0.00 O.00T Baron Sign Manufachuing proposes to fiunish labor and material to the undersigned customer with the specifications and conditions as indicated. For estimating purposes, drawings will take precedence over SUbtO�� �4,36�.�� specifications. Please verify proposal accuracy prior to accepting this proposal. Bazon Sign Manufacturing will beaz NO financial responsibility where rock or other unforeseen ����� �a� /O.Qp/�� $�.00 foundation and installation conditions, such as private unreported Utilties (ie Gas, Water & Elechical) O are encountered. Customer must provide code compliant electrical power installed within 3 ft of sign location prior to installation date. If sign is not able to be connected to owner provided power a retum trip wil] be chazged. Unforseen cost of installation is the financial responsibility ofthe Customer. TOta� �4,360.�� If customer fails to pay any amount herein after same is due and payable, or is customer fails to observe, keep or perform any other provisions of this contract, then Bazon shall have the right to exercise any one or more ofthe following remedies: (a) to sue for and recover from the customer an amount equal to De OSIt �UG �� 180.�� the unpaid balance on the contract, as well as all attorney's fees and other expenses incurred by Bazon in p � an attempt to enforce this provision; (b) to sue for and recover damages for the customer's default; or (c) to take possession of any or all items of this contract without demand or notice whereever same may be located with out any court order or process of law. Landscaping required by code is the financial Our Payment Policy On All Worlc is as responsibility of the Customer. Follows: 50% Due with Signed Agreement The customer acknowledges that the items in this contract remain the property of Baron until they are - paid in full. In the event the local codes prohibit installation of the items described above, all deposits �o Due at Completion will be retumed, less cost incurred which will be retained by Baron _ _- -- . -� � � � c -- . �_.. Customer Acceptance: �=`"'� — Title: - Date: �-� --- Baron Sign Manufacturing November 14, 2013 Public Works Facility Sign Proposal ADDENDUM Public Records: In accordance with Sec. 119.0701, Florida Statutes, the Contractor must keep and maintain this Agreement and any other records associated therewith and that are associated with the performance of the work described in the Scope of Services. Upon request, the Contractor must provide the public with access to such records in accordance with access and cost requirements of Chapter 119, Florida Statutes. Further, the Contractor sha11 ensure that any exempt or confidential records associated with this Agreement or associated with the performance of the work described in the Scope of Services are not disclosed except as authorized by law. Finally, the Contractor sha11 retain the records described in this paragraph throughout the performance of the work described in the Scope of Services, and at the conclusion of said work, transfer to the Village, at no cost to the Village, all such records in the possession of the Contractor and destroy any duplicates thereof. Records that are stored electronically must be transferred to the Village in a format that is compatible with the Village's information technology systems. ��u99�ge ����°��aa�s�r� ����e: �%3���2�'�3 P�a��6�as� ���ea� R���saso��a��, ����� ��,a���aase �ir�le.r �s Re�'�i: e-'���'-�� �'��9�� � �'¢������s� ���9�r� I��p��r���su�: �'oi��� 'G��eoo��t��me���i(b�v �4, ��•H;1 IP,�G�. #�: Q������ R���a���: � ��e� �9tta��e�') R���u����ude� lfeea�o�: @lera��� �: ��un��r� �u�� Ca�-��r��n 9�u�. ��90 C�r-���no� � �a����ss: ��� � a 9o ��. Su���� � �i�y: P�Im �ea��a ���.r�e�as ��a�� � ?ip: Fl�rid� 334'3 �� Comaa�,�¢���: ���e S�a�a°c�° 9V�asaaa�a��aar6ra� C��uPrtaauu°ao�a�a��us c���as�9�, �F �B�6v�s�A°u �6s��fi��ot�a� ar�¢B s��g��ua° ������°o h�lau���=.; ���6E��Be ��@���e �$�'�d'tl ����P9�$608� �218'�r Q��. ��V@l �P'9�� �r^vic�9 ���� �����".9F'°�'� 3� (�1�o�dBC�^ �5� �9?9]�� �ease 'i 2 $ s , 3 0�.65 $ � 3,��?.80 �0 � -�i 7�-v46-3�J� � � ' � - IC� o �l I� , , . � m _ �- � � _ � - � _ � � _ � - $ � � �taB: $ 'i 3,�0�.�0 IF'�u��rn�r� ���RyI1fAlIR9����'L�.'}II4Y� B Gi' �§°�II6F� The Depar�ne,�% flirector`s /�esi�,��e's si�;�t4+ � helo�vi cerfifres ti��f 9) this aurchase order reGuisiiion fs corrrplete and in complianca with fhe Village's Purch�sin� Folici�s ancl Procedures ai�d (2) �ll ,orocurement req � e�tt�ts have beerr satisfiecJ. � / "`�;; �I -�., f � 1 '� '� � _ - � ; �����i�u���r ������a� � �e�9ga�e� �i���t�a�� �; ,� r�.�"� � � �4. D���: _ _. , The Fin�nce Depart;men'r sic�naiure below ceriifies fP�a'r (?� ih.is requi tion has 6een approverl by �n ac�th rized epartment Dir�ctor/Desicyrree, (2) rhat ih� corr�ci �ccoc�r�� nurn6ers h,�ve 6een usec! anc' (3) tf�ere is adequat�'funcfinc� irr fhe accoc�n"rs /isfierJ. � ,�' ' ,:�� ./. �,,i /, . �� � ( � i f � �i71c°]h��� S9 ��'��ye: — !J� � \ _ !��$e: 'C� o� I � .`.0 ,/"'~��� a � 'JdBl�g� i�,�1��u�g�s� ������v��: �a�d�: ��,!� ��. � �'6a9�g� ��a��n�BB ���p���a�9: �����a.���a�� �: ��i���: P I I Car-Co.mm, Inc. 10111 Iron.wood Rd Stt�te B, Pairn Beaeh Gardens FL 33410 (56i.) 694-�868 Gi�nt Partfcipant. ViOage of Teqt��sta ' Agr��ment Uate; 10/O1J2013 Rgreernent tVumber: 13-1157-C AgreemeRt Terrn> 12 montt►s Level af Seruice: ( X } Basic Setv�ce � X } wJPicic ' � �( ) wJFiei�! Service ( } w/Loaner { X) Emerge�cy Service { X) w/Vehicle Radra Vttirit�g ( X) wlAntenna Diognostics (} Backup System GENERAL TERN15 �F AGR,EEMEM": 1. Include's parts and labor; excl.uding aatteries or fixed antennas. (nate:antenrra.caverage avai/able) 2. IVot covered ar.e r�epairs due to;;abu5e, vehic�lar a�ccidents, vandalism, {ighfining, or water damaqe. Not co�ered by this proposal is the redesign or movem�nt of current ar future equipment. These 5ervices atnng wiCh normai installations and removals are provRded°for at additional cost on a p�er item basis. Not coverec! under this proposat is the repair ar replacerrient toJof equipment tost; stolen, damaged or tamper�d with by person(sj other than those which represent Car-Comm, Inc. (ie, Pwtil.ic Works;:auto deaters, ather ernployees or service personne! of any Kind). Items not couered by the manufacturers. warran .ty. .requiring .r�pair due .to, waCer damage, lightning, :abuse, etc. wiN be repaired and .billed to the agency on a time and materials basis. Tme and materials will be bi[1ed at ,public. safety contract rates of a minimum T5%. discount off materials [ist price and public safety agreement labor rates o� �65.fl0 per hour for bench work and $95:00 per Hour foi fietd service. 3. A�I Non-Fixed equipment sha0 be serviced at 1:�111 Iranwood Rd Sui�e B, Palm Beach �acdens, F.L 33410. AII fixed equipment shall be �nitially seryiced in the fietd;and or►ty rerna��d sr�rhen nece5sary. In such cases the equipment shall be serviced prdmptly and returned to s�cvice as quickly as pc3ssibte. (nQte-pick-up and deGvery qption is avai/ab/eJ. 4. All Nan-Fixed equipmenC shall tie serviceci be�ween g:00am and 3.00pm Moi�day through Friday with a wark status of iS` in l�` out wit(� attier maintenartce .customiers anly. Specific pieces of "front-line" equipment may be designated for "Ernergency 5ervice". (note-foaner pragram option availab/e). S. Equipme�t designate� for "E�nergeney S�rtiice" shal! be serv.i�ced 24 hours a day, 7 days a week, indudir�g ho�idays. Irtttial response ta a qualified prablem shafl be wit#tin 3 hours af successful noti�cation. Emergency service numbers are provided to atl cus�arne�s contra:cting for ''Emergency 5enrice'` �nder this �roposat. 6. Car-Cornm; Inc. shall provide periociic mainfenance reporC� ta customer and wilt pravide an accc�unting inventQry no Iess than once every �2-month p�riod. Car Comm, Inc. sha11 p�-ovide writter� notification of equipment that has riot been serviced within a 12-month period, to. permit schedurn� of routine rnaintenance fiar sucf� equipmen�. 7. Go.titract is cancelable by either party with 30 days writ�en notice. 8. Payment for conErack services i� due on the i�` day of the; month of service period. k.ake payment on contract wili result in any or all of the fiollowi�tg; a) Late paymeat surcharge - af $�5.00 or �°lo of the past due 6al�nce; whichever is greater; bj Finance Charges - of 18°fo per annum on ac+count balance; c} Suspensian of services - no maintenance, parts or labor, riar other non wark shal! be performed while account is ir� arrears, tl) Holding at�d/or liquidakion of ec�uipment - equipment in the pos�ession of Car-Comm, Inc: shaA not be released to'awners while account is in arrear,s. Accaunts in arrears more tFi�r� thirty day�; forfeit. rights to such equipment and Car-Comm, Inc. shall liquidate same to ap.pCy towards outstanding balances: Fai{ure to exercise any or all of these rights slia!! not constitute a waiver of these rights under this proposal. (does not ��ply to governmentaecouirtsl 9. l"he �quipnient inventory li5t shall be supplied by ttte custoirier, attachetl ko �ncl rnade a part pf fhis proposai. It shall identify tlie nu�ber af pieces coverer� lay manufacturer, m�cie! nurim6er, serial number anrl uniC loca�ion or owrier applied number. Revisions made to this pr.op�sal may be documented t�rough �he inventory Iist wi�h a 30 day wi�itten natit� to either party. See Addenc�utn �efere. nce back-up baEtery For repeater. ifl. �ar-Cornrn, Inc. shalt not be heid liabte far ioss of a�y k�nd.by customer, F�as assigns �ar ernployees, as a result �� custamer's equipment's perfeirmance or down time required fior repairs. T have read� undei and agree to this tontfact completely. _ Client �lame. Viliage of Teques �ar-Comm, Inc. .� - �,.�.,,:_...�� �r � ��ao �,3 Authorized Signature, Title D e Stephanle 1�'Va rman,. Administrat�r Date Page 1 of 3 Prepared 1/il{age of 7equesta Police 09/1912013 Radio Maintenance 2013-2014 Inventory NOT DISTRIBUTEQ Page 2 of 3 H � Vehicle r� e �9 � v, .�,� u, 24 hr p�q�_up " Factory Wiring or � o N R� � � Q � � Emerg and Field "" Warranty HandHeld e� o, s m Item T pe Make Mode! OAN Serial '� d� SeNiCe Oelivery Service Antenna Shipping Accessory Redio g °� _� 1 RPTR EFJ 2600 Cando TBA 03/22/91 1 12 t00.00 Inc Inc n/a Inc n/a Inc 100.00 1200.00 2 NfU EFJ NIU Condo TBA 03/22/11 1 12 75.OQ Inc Inc nla Inc n/a Inc 75.00 90Q.00 3 Voter EFJ Voter Condo TBA D3122/11 1 12 75.00 Inc Inc nla Inc n!a Inc 75.00 90�.00 4 RCVR EFJ 2600Rx NIS Not in Service 03I22N 1 1 12 OAO Inc Inc n/a inc nta Inc 0.00 4.00 5 RCVR EFJ 2600Rx NIS Not in Service 03/22/11 1 12 0.00 Inc Inc n!a Inc Na fnc 0.00 8.00 6 RCVR EFJ 2600Rx 7 TBA 03122/11 1 12 75.00 Inc Inc nla tnc Na inc 75.00 900.00 7 Link A ria Condo TBA TBI 1 12 25.00 Inc Inc n/a inc Na Inc 25.00 300.Q0 8 Link Cadson Condo NIS TBI 1 12 0.00 inc Inc n/a Inc Na Inc 0,00 d.00 9 Link car�son Condo Condo Worker Dama e NIS 1 12 0.00 Inc Inc nla Inc nla Inc 0.00 0.00 10 Link Carlson HQ NtS NIS 1 12 0.00 Inc Inc n/a Inc n!a Inc 0.00 0.00 11 Link Car�son Park NIS NtS 1 12 0.00 Inc Inc nla Inc n/a Inc 0.00 0.00 12 Link A ria T k TBA TBI 1 12 25.00 Inc Inc Na Inc n/a Inc 25.00 300.00 13 RCVR iwwo TKR900 Condo TBA TBI 1 12 15.00 Inc inc n/a Inc n!a Ina 15.a0 180.00 14 consoie zevo� 401Q Dis 1'BA TBI 1 12 40.00 Inc inc n/a Inc Ma Inc 40.00 480.00 15 conso�e zeaon 4010 Dis T8A TBI 1 12 40.00 inc Inc nJa inc Na Inc 40.00 480.00 _ _ __ _ _ __ _ 16 {;a,�t,c�! gqn DiSp3iC11 9883 Disp 98836F2Q4A2a453 n1a 1 Removed w/rebandin 0.00 17 Control Stn Dis 51 �aL PB C 5377H0708`T61653 1 Qf31/09 1 12 15.00 Inc Inc n!a Inc n/a Inc 15.00 180.00 18 CoMro9 Sln o�spatcn S15LES T#1 5377H3406T69830 08/25l13 1 12 15.00 Inc inc Na Ine n/a Uc 95.00 180.00 19 HH EFJ 51SL P01 5270F2806T10986 1 03/22/11 1 12 T&M T8M Y&M 0.75 0.75 1.35 12.50 15.35 184.20 ZA HW EFJ 51SL P02 5270F2706799360 2 03/22111 1 12 T&M T&M T&M 0.75 0.75 1.35 12.50 15.35 184.20 21 !iM EFJ 51SL P03 5270F2806T10926 3 03/22/11 1 12 T8�M T&M T&M 0.75 0.75 1.35 t2.50 15.35 184.20 22 HFI EFJ 51S� PO4 5270F2$06T10981 4 03/22M1 1 12 T&M T&M T&M 0.75 0.75 1.35 12.50 15.35 184.20 23 HM EFJ 51SL F05 5270FZ806T10970 5 03/22/11 1 12 T8M TB�M T&M 0.75 0.75 1.35 12.50 15.35 184.20 24 HF� EFJ 51SL PO6 5270F2806T10987 6 03/22/11 1 12 T&M T&M T&M 0.75 0.75 1.35 12.50 15.35 184.20 25 HH EFJ 51SL P07 5270F28{16T10859 7 03/22/11 1 iZ T&M T&M 7&M 0.75 0.75 1.35 12.50 15.35 184.Z0 26 Hhi EFJ 37SL P08 5270F2806T1098Q $ 03/22/11 1 92 T&M T&M T&M 0.75 0.75 1.35 12.5Q 15.35 184.20 27 HH EFJ 51SL P09 5270F2806T10977 9 03/22/11 1 12 T&M T&M T&M 0.75 0.75 1.35 12.50 15.35 184.20 28 HM EFJ 51SL P10 5Z70F2806T10934 i0 03J22111 1 72 T�M T&M T&M 0.75 0.75 1.35 12.58 15.35 184.20 29 HW EFJ 51SL P12 5270F2906T11067 I1 03/22111 1 12 T&M T&M T&M 0.75 0.75 1.35 12.50 15.35 184.2Q 0.00 30 HH EFJ 51S1 P13 5270F4508C85225 12 03/22/11 1 12 Facto R Icd-4/22I09 0.75 0.75 1.35 12.50 15.35 184.20 31 HH EFJ 51SL P14 5270F2906Ti�137 13 03t22l11 1 12 T8M T&M T8M 0.75 0.75 1.35 12.50 15.35 984.20 32 HH EFJ 51SL P15 5270F2806T10878 14 03/22/4? 1 12 T&M T&M T&M 0.75 0.75 1.35 12.50 15.35 184.20 33 HH EFJ 51SL P16 5270F2906T11125 15 03/22/11 1 12 T�M T&M Td�M OJ5 OJ5 1.35 12.50 15.35 184.20 34 HH EFJ 51SL P17 5270F2906T1I086 16 03/22/11 1 12 T8M T&M T8M 0.75 0.75 1.35 12.50 15.35 184.20 35 hIH EFJ 51SL P18 5270F2906T11116 17 03/22/11 1 12 T&M T8M T&M 0.75 OJ5 1.35 12.50 15.35 184.20 MaintenanCel 7equestaPD�pricing.xls Prepared Village ot?equesta Police 09119/2013 Radio Maintenance 2013-2014 Inventory Page 3 of 3 .. Vehicte � � .'t. 19 � m c� 24 ht Pick-up •• Factory Wiring or � N N To � � c Emef9 and Field " Warranty HandHeld c �, c � Item Type Make Model 0 Serial. � W d� Service Oelivery Service Antenna Shipping Axessory Radio g N �� 36 HH EFJ 51SL P19 5270F2 Q6T10837 18 03122/11 1 12 T&M T&M T&M 0.75 0.75 t.35 12.50 15.35 184.20 37 HH EFJ 51SL P20 5270F2806T10$26 19 03/22J91 1 12 T&M T&M T8M 0.75 0.75 1.35 12.50 15.35 184.20 38 HH EFJ 51SL P21 5270F2806T10873 20 �3/22h1 1 12 T&M T&M T&M 0.75 0.75 1.35 12.50 18.35 184.20 39 HW EFJ 51SLES P23 5170F28D8T59475 21 01/31/13 1 12 TB�M T8M T&M 0.75 a.75 1.35 12.50 15.35 184.20 40 HH EFJ 51SLES P24 5170F2608T59490 22 01/31/13 1 12 T&M T&M T&M 0.75 0.75 1.35 12.50 15.35 184.20 41 HN EFJ 51SLES P25 5170F2408C55448 23 01/31/13 1 12 TB�M T8M T8M 0.75 0.75 1.35 12.50 15.35 184.20 5170F2608T59475 / 42 HN EFJ 51SLES TBD 5970F3509C17448 24 07Ht/14 1 t2 T8M T8M TB�M 0.75 0.T5 J.35 2.50 5.35 64.20 5170F2808T5S490I 43 NN EFJ 51SLES TBD 5170F3509G17971 25 07lt v/t4 1!2 T&M T&M T�M 0.75 0.75 1.35 2.50 5.35 64.20 5?70F2408C55448 / 44 HN EFJ 5f SLES 7BD 6170F3509C17540 26 07/1 v94 1 12 T�M T8M T&M 0. 75 0.T5 1.35 2.50 5.35 64.20 45 NH EFJ 51SLES TBD 5170F3509Ci8100 27 O7/11/19 1!2 T&M T&M T&M 0.75 0.T5 1.35 2.50 5.35 64.2d 46 M�B EFJ 53S1 626 - 5477H2706T43528 1 03/23/11 1 12 T8M T8M T&M 0.75 D.75 1.70 11.50 14.70 176.40 47 MOB EFJ 53SL 534 • 5478H2406T43169 2 03/23/71 1 12 T&M T8M T&M 0.75 0.75 1.70 11.50 14.70 176.40 48 MOB EFJ 53SL 316 - 5477H2206T42678 3 03/23N 1 1 12 T8M T8M T8M 0.75 0.75 1.70 11.5Q 14.70 176.40 ::,;� ri..;� .<.� bn,::; : 19�i - `.�HF n��:� C��r�lv 4 n;a 1 � T&1+1 T�(v TF.(Jt T�':'; 'I�:v1 1"F��+A �5��r1 J.�O 0.00 aza 50 MOB EFd 53SL Car 24 5477H2606T43458 5 03/23/11 1 12 T&M T&M T&M 0.75 0.75 1.70 11.50 14.70 176.40 51 MOB EFJ 53SL 727 - 5477H2606T43466 6 03/23/1 t 1 12 T8M T&M T&M 0.75 0.75 1.7Q 11.50 14.70 176.40 52 MOB EFJ 53SL 728 - 5477H2606T43460 7 03/23/11 1 12 T&M T&M T&M 0.75 0.75 1.70 11.50 14.70 176.40 53 MOB EFJ 53SL Marine 5477H2606T43427 8 03/23/11 1 12 T&M T&M Y&M 0.75 0.75 1.70 11.50 14.70 176.4Q 54 MOB EFJ 53SL 930 - 5477H2506T43306 9 03/23/11 1 12 T&M T&M T&M 0.75 0.75 1.70 11.50 14.70 176.40 55 MOB EFJ 53SL 932 - 5477H2606T43452 70 03123/11 1 12 T&M T8M T&M 0.75 0.75 1.70 11.5Q 14.70 176.40 56 MOB EFJ 53SL 035 •. 5477H2806T43473 11 03J23/11 1 12 T&M T&M T8M 0.75 0.75 1.70 11.50 14.70 176.40 57 MOB EFJ 53SL 933 - 5477H2206742723 12 03123/11 1 12 T&M T&M 7&M 0.75 0.75 1.70 11.50 14.70 176.40 58 MOB EFJ 53S1 524 - 53T7H0406T40637 13 03123H 1 1 12 T8M T&M T8M 0.75 0.75 1.70 11.50 14.7Q 176.40 59 MOB EFJ 53S1. 931 - 5377HU809C74565 14 04/22/13 1 12 T&M 'f&M T&M 0.75 0.75 1.70 11.50 14.70 176.40 60 MOB EFJ 53SL 829 - 5477H27�6T74559 15 04/22/13 1 12 T8M T�M T8M 0.75 0.75 1.70 11.50 14.70 176.40 6i MOB EFJ 53SLES Must 5378H2908T68970 16 07/02/13 1 12 T8M T&M T&M 0.75 0.75 1.70 11.50 14.70 176.40 62 MOB EFJ 53SI.ES Chief 5378H1410?92703 17 08/10/14 1 12 T&M T&M T8M 0.75 0.75 1.70 2.5Q 5.70 68.40 Monthly(s) & Annual Maintenance Totais: 1100.65 13207.80 12 Month Totai: 13207.80 � i3207.8b Red-Comes Out of Warranty During Period-Transistion Pricing Math Chedc Blue-New Equipment Added Since Last Price Update ## Vehicle Assignments may not be accurate. 91�Trzols ��-, Green-New Equipmenf Anticipated betore Period Stad Radar Recertifica Not Covered - manufacturer supported only Where applicable. maintenanoe dfents receive 15�0 or better on h:ture purchases. K9 Hot-N-Pop Not Covered - manufacturer supported oniy End of the line clients also receive monthly rate freeze protedion. Mainlenance� TequestaPO� pricmg.xls Car-Comm, Inc. Agreement November 14, 2013 Communication Radid s Maintenance Services ADDENDUM Public Records: In accordance with Sec. 119.0701, Florida Statutes, the Contractor must keep and maintain this Agreement and any other records associated therewith and that are associated with the performance of the work described in the Scope of Services. Upon request, the Contractor must provide the public with access to such records in accordance with access and cost requirements of Chapter 119, Florida Statutes. Further, the Contractor shall ensure that any exempt or confidential records associated with this Agreement or associated with the performance of the work described in the Scope of Services are not disclosed except as authorized by law. Finally, the Contractor sha11 reta.in the records described in this paragraph throughout the performance of the work described in the Scope of Services, and at the conclusion of said work, transfer to the Village, at no cost to the Village, a11 such records in the possession of the Contractor and destroy any duplicates thereo£ Records that are stored electronically must be transferred to the Village in a format that is compatible with the Village's information technology systems. 1VIo11V '��olle�s Hou�ly Rate Agreerrient of We�� 1.��1r� �each �------------------------- 2625 1Vlercer �venue � Date Requested: S��day,1_�1 o�e�.b�� �,�, 2� �1 � j West I'a1m �each, FL 33401 � I'h: (561) 838-9511 '�ours Req�ested 10:15am t� 6e45p� i Fax: (561) 838-9512 °'•-----------------�—�--�---� '�H�zzrs Rea�aresterl °' aaaclu�'es gaxage to gara�e ta��o ... Glie�� �ffif�a�masn�r� ��ent Numbera CE � 13242 ____➢ e e. v. e. Today°s Date 9/16/2�13 �_..,sasa.o.oee�°oove_______________ �Tillage of'�I'�s���st� �ell Pho�e: Wendy Schxriidt — � � � � f1��Br������mr�s� � � � � � 3�� Seab��ok IZoad �'`�ach Trolley seats 30, is enclosed cRc A/�o � I 'I'�qu�sta FL, 33469 � 10 /m l�e eat �lient I�isco�snt! I �� � p I ...........a,...a......e...o�se__..._...o..e_...e_ — S�x�ac� ��s��a�s�i�mso �,vent Shuttling -2 Trolleys ....o.........,,o_eeee..e..e_.. .....................,e..e,eeasoa°e.o.e.a__e.___. ScIlx��ai�es� Ytiaaex��we •::71°e��az��e �'danPaz�-1�t'rav IY��we un �t° backo Hourly Rate: $116.67 10:15-10:55qm- 2 Trolleys travel from �X1I'� Lot to Tequesta 10:55am- 2'I'rolleys a.rrive @ Stage Location - Check In # of �Ioaa.�so 825 -Lead I�river to ca11 contact and revi_ew work Cost per'I'ro�leyo �9�250 11am-6pm- 2 Trolleys 5huttle as d?rected (Event run 12-5pm) # of'I'rolle�se 2 6pm-Lead I�river Checks in w/ Coordinator 6:05-6:45pm - Trolleys retum to WP� � m SaBbtotala m �$1,925.00 I�rs:10:15a-6:45pm=8.25 hrs=$962.50-10%=$865/T'rolley Added Expense: $0.00 $865/Trolley x 2 Trolleps=$1730-A1I Inclusive! Less Discount: $195.00 No deposit �?�cessary.We will bill you in full after the event __� m _��_____ Estimate'�'otial Dazee $� .°T'1nQ�1�Fn�ie�rx�a e...e.oe..o._..oe.......o.a .................e._.ae.,.eeese.e....e a.m „ eeee I�e�osit Rec�uested: �lease regxzit due to reserve your event. Payment in £ull is r�quired prior to service. Cancellation I'olic�; In the event contracted service is not required the customer is responsible for a$250 cancellarion £ee (per trolley) pro�rided written notice is given 90 days in advance of scheduled s�rvice. If 25-90 business days wYitten notice is giv�sa, custorner is responsible for iIalf of Estimated Total I�ue (per trolley). If less than 25 business days written notic� customex gesponsible fop Estimatecl 'I'otal �ue (pe� trolley). Additional Cha.x�es Polic� Cus�omer acknowledges that contxact is based upon an hourly rate from the time the trolley leaves our gaxage (clowntown W�;st I'alm �each) until the vehicle xetuxns to same garage. �n the day of the event, if your actual se -� ext�ncls beyond the scheduled itinerary, the customev is r�s�ons?bl� fo� additional charges at �i-ie ho�rly � at� (as L+sted abov�). A�lditional cha�ges are dete�mi_�-?e�1 0� 1/2 hoa� increr_nents. Promise To Cons�ne? V�olly Trolleys maintains our - v�y?cles on a strict sche�ule ?�n accoxc�an�e - �,v��h manufactuze_r's specif?cations, and �ue expect them to operate smoothly for eve_ry evenr. Howeve_, sl�ould con�acted service be inten�p�ed due to mechanical fa?lure, an Act of God, or any otheY ? M�Liys Trolleys will provide a sim'� vehicle or bus to complete the scheduled itLnerary. ..._e...o.e.oe...eee..�oeevoe°a.oeeee.,...ae...e.e,...eee.00,.,,oae,e,�ooe, I acc�p� �h� ab�r�� ���xaa�e Vil�a�� ��'I Molly's Trolleys of West I�aTra� ���,��a � ____..__ -.., ' , . , -- - - �_____� �����_� �,���� _ ---_______�_�_ � r-��a° ��°— �y� ���a�1���((a i(�= C�'�=����-- � -,� � �y: 1VIolly S IVIoLiy°s '�"roll�ys � h . �,� �4. �a�y' 'g�'��/.'( ;`1 ? _ L=� ��' �' _�� _� Molly's Trolleys November 14, 2013 Trolley Services Agreement ADDENDUM Public Records: In accordance with Sec. 119.0701, Florida Statutes, the Contractor must keep and maintain this Agreement and any other records associated therewith and that are associated with the perFormance of the work described in the Scope of Services. Upon request, the Contractor must provide the public with access to such records in accordance with access and cost requirements of Chapter 119, Florida Statutes. Further, the Contractor shall ensure that any exempt or conf'idential records associated with this Agreement or associated with the performance of the work described in the Scope of Services are not disclosed except as authorized by law. Finally, the Contractor shall retain the records described in this paragraph throughout the performance of the work described in the Scope of Services, and at the conclusion of said work, transfer to the Village, at no cost to the Village, all such records in the possession of the Contractor and destroy any duplicates thereof. Records that are stored electronically must be transferred to the Village in a format that is 'compatible with the Village's information technology systems. Vilfage of Tequesta Date: 10/3/2013 Purchase Order Requisition pate Purchase Order is Req'd: 10l7/2013 (Not a Purchase Order) Department: Ufilities Revised November 14, 201! Req. #: J-2014 Focus Quotes Received: 1 (See Aftached) Recommended Vendor: Vendor #: Vendors Bids Hub Ci Ford $15,406.00 Address: 4060 South Ferdon Bivd City: Crestview State & Zip: Florida 32536 Comments: 2014 Ford Focus S cification #70 Off the Flor�da Sheriffs Association � Florida Association of Counties contraat bid 13-21-0904 Manuf./ Available Balance Item Descri tion Part# Q. Unit Price Total Cost Account # Finance Use On! 2014Focus S ec#10 1 $ 15;406.00 $ 15,406.00 401-411-664.602 $ - $ - $ - $ - $ - $ - $ - $ - Totai: $ 15,406.00 Finance/Administrative Use Onlv: The Depadment Directors /Designee's signature below cerfifieS thaf {1) this pu�hase order 2quisdion is complete and in compiiance witlt the ViJlage's Purchasing Policies and Pra:edures and (2) a!! procurement requirements have been satisfied. n Department Director / Desi nee Si nature: i Date: �� p��� The Finance Deparfinent signature below certifies that (i) this uisition has een app by an authorized Departmenf Director/Designee, (2) th the correct account numbers have been used and (3) there is adequate funding in the accounts lisfed. Finance Si nature: Date: Viila e Mana er A roval: Date: Village Council Approval: Resolution #: Date: Telfrin, Debra ' From: Telfrin, Debra Sent: Monday, November 04, 2013 4:30 PM To: Telfrin, Debra Cc: Telfrin, Debra Subject: NOVEMBER CONSENT AGENDA VEHICLE PURCHASES WEB LINK Village of Tequesta November 14, 2013 Consent Agenda Florida Sheriff's Association & Florida Associations of Counties Contract Bid #13-21-0904. The link below is the reference contract for the vehicle purchase on the November 13, 2013 Consent Agenda. https://www.flsheriffs.or�/uploads/13-21-0904%20Bid%20Award(2) pdf 1 Fleet De�'tment 1 , ;� , Phone: {8UQ} 9"t2-3b73 wit►dmwl@windrowfleetsales.com t C}ffi�ce. {850) 39&6$1U # Cell: ($50) 393-4'723 ' Faac: {S50) 398-6827 10/312013 JOHN CCILLING5 '�'ILLAGE OF TEQI;ESTA 561-'768-0490 Sb1-788-(1711 Contract # 13-21-0904 JCtJLLINGSCa�TEQt1ESTA.ORG Exfierior Vehicte Co1or Emetgency Lighti Driver side Passenger side Calor LigBts Interior Vehicfe Color Cofar Lenses We Appreciate yonr intcrest in the 2013/2014FIorida 5ltcriff's Assaciatioa of caunties purchasing contract. Listed beMw are items we discassed. Price 2414 FORD FOCUS (P3F) SPEC #l� 515,39Q.D0 TEIVEP TAG $16.00 515,406.00 ...--�'"�� J ►ndrow Fi Sales Manager 854-398-6810 Office 850-393-4723 Cefl Alt vehicles witl be ordered WHITE ualess agency choases a difEerent celor Please retam quote along with pur�hase order. 4U60 South Ferrlon Bl�d!, Crestview, FL 32536 Fo�, W-9 Request for Taxpayer ��� Fo�, ta tn� (Rev. Dacember2011) identification Number and Certification �Q�Ster. Do not Department of the Treasury S6Rd t0 th@ IRS. Internal Revenue S�vice Name (as shown on your income tax rewm) NUB CITY FORD IMC. N Business name/disregarded entity name, ff different from above m rn m °� Check a � ppropriate box for federal tax classiffcation: � ❑ Individual/sole proprietor [�✓ C Corporation � ❑ S Corporation ❑ Partnership ❑ Trust/estate °�.' o a� ❑ limited liability company. Enter the tax ciassification (C=C corporation, S=S corporation, P=partnership) ► ❑ Exempt payee = a -------------------------------- a c � ❑ aher (see instructions) ► ,� Address (number, street, and apt. or suite no.) Reyuester's name and address (optionaq � 4060 SOUTH FERDON BLVD. � City, state, and ZIP code d � CRESNIEW, FLORIDA 32536 List account number(s) here (optionaq ' Taxpayer ldentification Number (TIN) Enter your TIN in the appropriate box. The TIN prnvided must match the name given on the "Name° line 3ocial secuHty number to avoid backup withholding. For individuats, thfs is your social s�urity number (5SN). However, for a resident alien, sole proprietor, or disrega�ded entity, see the Part I instructians on page 3. For other �_ m_� entities, it is your employer identification number (EIN), If you do not have a number, see How to get a TIN on page 3. Note. If the account is in more than one name, see the chart on page 4 for guidelines on whose �p�ayer identification number number to enter. 5 9— 2 6 1 7 7 g q Certification Under penalties of perjury, ! ce�tify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued tn me), and 2. i am not subject to backup withholding because: (a) I am exempt from backup vwithholding, or (b) I have not been notifled by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the 4RS has notified me that I am no longer subject tobackup withhofding, artd 3. I am a U.S. citizen or other U.S. person (defined below), Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report ail interest and divitlends on your tax retum. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisi6on or abandonment of secured properry, cancellation of debt, confibutions to an individual retirement arrangement (IRA), and generaliy, payments other than interest and dividends, you are not required to sign the cerEification, but you must provide your cortect TIN. See the instructions on page 4. Sign signature of Here U.S. person ► � �.,�j _� ' �� � Date ► � , �, General instructions Note. If a requester gives you a t'orm other than Form W-9 to request Section references are to the intemai Revenue Code unless otherwise Your TIN, you must use the requester's form if ft is substantiaily similar rtoted. to this Form 1N-9. Pul'pOSe Of FOY111 �eflnition ot a U.S person, For federal tax purposes, you are considered a U.S. person if you are; A person who is required to �ile an information return with the IRS must •� indiVidual who is a U.S. citizen or U.S. resident alien, obtain your correct taxpayer identification number (ftN} to report, for • A partnership, corporation, company, or associafion created or example, income paid to you, real estate transa�tions, mor�qage iriterest organized in the United States or under the laws of the United States, you paid, acquisition or abandonment of sscured property, cancellation of debt, or contributions you made to an IRA, • An estate (other thari a foreign estate), or Use Form W-9 onty if you are a U.S. person (including a resident • A domestic trust (as defined in Regulafions section 301:7701-7). alien), to provide your correct TIN to the person requesting it (the SPecial rules for partnerships, partnerships that conduct a trade or requester) and, when appticable, to: business in the United States are gen�ally required to pay a withholding 1. Certify that the TIN you are giving is correct (or you are waiting for a tax on any foreign partners� share of income from such business. number to be issue�, Further, in certain cases where a Forrn W-9 has not been received, a 2. Certify that you are not subject !o backwp withholdin , or Partnership is required to presume that a partner is a foreign person, 9 and pay the withhoiding tax. Therefore, 'rf you are a U.S. person that is a 3. Ciaim exemption from backup wfthhoiding if you are a U.S. exempt partner in a partnership conducting a trade or business in the United payee. If appiicable, you are aiso certifying that as a U.S..person, yaur States, provide Form W-9 to the partnership to establish your U.S. aliocable share of any partnarsfiip income from a U.S: trade or business sfatus and avoid withholding on your share of partnership income. is not subject to tfie withhoiding tax on foreign partners' share of effectively connected income. Cat. No. 10231 X Forrn w-9 (Rev. 12401 i} -� PUI4CHASE URDER � ViLLAGE OF TEQUESTA f"�lt'<�CG� 345 Tequesta Drive ,, �-� Q.o. NUMBER • Tequesta, Florida 33469-0273 . . (569 ) 768-0700 Fax (561 } 768-fl699 ' 1 w1't12oa 3 • ' �`' �. :• 10111�24�3. . . • �00003055 . .� � V�NDOR 3923 NO.: ��' • ,,. .:.. �. ;..,,<. :. . .. .. . . . ` �:.F1UB CITY .. . ::. �. ; ._ : `. .�: _ : ,. : : : : . . ... . .�� � `INAT�R TREA'I"MENT..PLANT : .: � . .. .� . �060:SdUTH.��ERRON�BLVD . '` '. ..�' . �VI.L•'LA�E�OF�.TEQUESTA. . � • . . . , ��EST111E1N;�:F.L�32536 ��� �... .;'. � : : � . ..: . , . �:. : .,� . . . '. �:.9Q1. �NQRFH��.OLD :DIXI� HIGHWAY,. , .. . ; . . . : . .. . � . . � .:7�QUES7A, �fiL 33469 � � : �. � � . . . . SHIP VIA: ORDERED BY: NATHAN LlTTERAL F.O.B.: P.O. TYPE: Regular 7ERMS: ACCT. NO.: DESCRIP'ftON: 2014 FORD FOCUS SPECIFICAT10Pi# FL STA'f E SALES TAX IXENIP. CEItT. # 85•8U9264b4�2C-5 ���� � i� � .. . • . • . 1.000 2014 FOCUS , 'i5,406.0000 15,406.00 7dTAL: $ 15,4Q6.00 � 401-411-664.602 Vehicles 15,408.00 PURCHASE C}RDER NUMBER MUST APPEAR APPROVED ON ALL IPfVOICES, PACKAGES, �4ND BY SHIP�'iNG DOCUMEA4TS. DELNERIES WILL BE ACC�PTED MOtVDAY ```� THRU FRlDAY 8:30 AM - 4:00 PM o ze at re � � FA - ` ' ' FLORIDA .s����:�:��� «>. <��� �' cov� --_.____ AU About Florida FLQRIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES COMPACT 4-DOOR ADMINISTRATIVE VEHICLES SPECIFICATION #10 2014 Buick Verano (4PG69) - - 2014 Chevrolet Cruze (1PL69) 2014 Ford Focus (P3F) 2014 Nissan Sentra (12114) 2014 Toyota Corolla (1832) ALL ITEMS FACTORY INSTALLED UNLESS OTHERWISE INDICATED INSTRUCTIONS: Listed above, you will find the model nuxnbers of the vehicles that will be included in this year's contract. 1. F.�S�tE,� a. Manufacturer's 4 cylinder gasoline engine, alternator, battery, and cooling package. 2. TR AN�MI ION: a. Manufacturer's standard automatic transmission and axle ratio. 3. pE FO M N I.M : a. Manufacturer's standard power steering. b. Manufact�xrer's standard gauges. 4. COMFORT TTEMS: a. Manufacturer's standard air conditioning with 134A system. b. Manufachu�er's standard tinted glass all around. c. Manufacturer's standard trunk opener. d. Keys: two (2) per vehicie, single key locll�nng system, (each vehicle keyed differently). e. Manufacturer's standard AM/FM stereo. f. Power door locks and power windows g. Manufacturer's floor covering, witli front and rear floor mats. h. Manufacturer's standard production seats. Purchaser will select color at time of order. 5. � iRAKF� a. Four wheel anti-lock brake ABS system. 6. F .TY I .M : a. Dual outside mirrors and inside rearview mirror. b. Interior dome light(s), with left and right door activated switches. c. Minimurn 2-speed electric wipers and windshield washet. d. Manufacturer's standard air bags. 7. 1TRFS t�1� WHEELS: a. Manufacturer's standard tires and wheels. b. Manufacturer's spare tire and rim, if available. Bid Award Announcement (13-21-0904) I81 $. CHASSIS. FR AMF. CAR� a. Inside hood release. b. Manufacturer's standard colors, factory painted. Colors to be determined by individual agencies. c. Manufacturer's standard door molding. d. Manufacturer's standard fuel tank. Bid Aurard Announcement (13-21-0904) 182 VEHICLE: Focus (P3F) DEALER: Duval Ford Hub City Ford Don Reid Ford, Inc. Hub City Ford ZONE: Western Northern Central Southern BASE PRICE: $15,300.00 $15,390.00 $15,372.00 $15,390.00 Northero Order Code Delete Options Western & Southern Central P3E.100A � Manufacturer's downgrade model - specify $1,096.00� $1,396.00 $1,000.00 P3E-] OOA 2 lncludes automatic trarrsmission. Deletes: Air Filtration System Audio — 6 Speakers, Aux 12V P3E ' 1'owerpoint (RearJ, Cruise Control Door Handles — Body-Colored Dual711uminated L'aniry Mirrors Floor Console Armrest Floof� Mats— Ist Row Headlamps—Automatic Quad-Beanz Halogen (AutoLamp) Illuminated Entry, Instrument Cluster Computer, Compass and Outside Temperature Displa��, Mirror (EzteriorJ — Body-Colored. Side Marker Lamps , MyKey�, Rear-Seat Heat Ducis, Steering YVheel — Redundant Audio Controls,Storage — Map Pockets (Rear-Seat),SYNC� with My,�'ord� — Voice-Activated Communications ?and Entertainment System with 911 assist� & Yehicle Health Reports. Availahle on S and Standar•d on SE, Wheels/Tires — 16"Aluminum , Windows Driver•One-TouchDown,PowerRear, WindshieldWipers—I�ariable-intermittent 1 S MODEI, 3 D12B 3 Front and rear floor mats NC� NA $10.00 7ncluded in p3e_ IOOa � P3E-100A Z Power windows and door locks NC� Incl? NA /ncluded in p3e.100a 1 REQ DOWNGRADE PKG 2 On-Star NA NA NA Satellite radio NA NA NA Northern Order Code Add Options Western & Southern Central Please refer to Part E- Emergency Vehicle Lighting Specifications for lightbar descriptions and the awarded dealer pricing. Engine upgrade - specify NA NA NA Engine upgrade - specify NA NA NA Engine upgrade - specify NA NA NA CNG model - specify NA NA NA Bi-fuel model - specify NA NA NA CNG conversion (discuss with dealer) NA NA NA LPG conversion (discuss with dealer) NA NA NA P3F.201 A� Vehicle upgrade package - specify $2,600.00 NA $6,999.00 p; J ' SE MODEL WITH 2OIA AND SE Appearance Package • AmbientLighting(7colorsfront & rear- door map pockets, release handles, front & rear foot wellr, console storage and front cup holders)• 60/40Sp1itRear-Seat • Fog I.amps with ChromeBe�el • LeaiherSteeringWheel&Shifter • 17 "Premium Painted Dark Stainless • Lealher Seats with 6-Way Power Driver Seat • Perimeter Alarm • RearCenterArmrest • OverheadConsole • RearDiseBrakes • Select Shift N�hen equipped with available Automatic Transmission • SIRIUSCR� Satellite Radio with 6 month pre paid subscription (48 Contiguous States). • RearSpoiTerl 2W � Seat trim upgrade - specify NC� NA NA LEATHER included in, and requires 201a 1 Bid Award Announcement (13-21-0904) 192 . VEHICLE: Focus (P3F) DEALER: Duvat Ford Hub City Fard Don Reid Ford, Inc. Hub City Ford ZONE: Western Northern Central Southern BASE PRTCE: $15,300.00 $15,390.00 $15,372.00 $15,390.00 2 door model NA NA NA Cruise control/tilt steering wheel Incl. Std Std 65C 2 Power seat, driver NC� $694.00 $694.UO 65C 3 included in, and requires 201a � 65C 3 Split folding rear seat Std Std $694.00 Side air protection Std Std Std AM/FM radio with single CD Std Std Std 3K � Thirdkey $240.00� $275.00 $250.00 3K Z 3K 3 Remote keyless entry Std Std NA w 1 Vent visors - stick-on style $160.00 � $144.00 $195.00 WS Z DLR 3 rs 1 Rainshields - flange style $160.00� $144.00 $195.00 RFS 2 DLR 3 60R 2 Backup alarm, factory installed NA $254.00 NA REVERSE SYSTEM 2 BUA � Backup alarm, dealer installecl $156.00� $130.00 $150.00 BAD 2 DLR 3 P3J.300A � Backup camera with 3.5" LCD (rear mounted camera to provide wide angle $4,474.00� NA NA field of vision at rear of vehicl'e) - factory installed INCLUDF.S ALL "SF_APPEAR Sony�Branded IOSpeakers, Beltline .Lfalding — Chrome, Decklid Liner (4-Door Only) , Dual-7one Electronic Automalic Temperature Control, Floor Mat.r— 2nd Raw ,Fog I amps with Chrome Ring,Grille — Piano Black, Heaied Ist Row Seats , Heated Mirrors wrth Puddle Lamps ,Intelligent Access wrth Push Button Start, Metallic Interior Trim Finish — Door pulls med register surround,Rear View Canxera,Remote Start ��ith Automatic Transmission,Reverse Sensing System, SYNC� with MyFord Touch� — Voice Activated ?Comm�mications and Enteriainment with 917 assist�, Tire — 21S/SORI7 95YV AS BSW, Transmission — 6-speed PowerShift Automatic with SelectShifK� capability, Wheels— 17" Sport Aluminum ,Windows— Power with Globa/ 1-Touch Up/Down � BUC � Backup camera with 3.5" LCD (rear mounted camera to provide wide angle $595.00 � NA $695.00 BUC 2 field of vision at rear of vehicle) - dealer installed BUC Aluminum wheels Incl. NA Std 64X 1 Full size spare tire and rim $594.00 NA NA REQU7RES P3J 300A, INCLUDES Titanium Handling Package • 18"PaintedAlloyWheels •Optimized sport suspettsion componentr Low profile Summer Only performance tires • Full-size spare replaces mini spare � N2 � Nitrogen filled tires including spare tire $196.00� $176.00 $200.00 NFT DLR 3 Bid Award Announcement (13-21-0904) I93 VEHICLE: Focus (P3F) DEALER: Duval Ford Hub City Ford Don Reid Ford, Inc. Hub City Ford ZONE: Western Northern Central Southern BASE PRICE: $15,300.00 $15,390.00 $15,372.00 $15,390.00 PS I Pin stripes $75.00 $175.00 $125.00 PS Z DLR 3 DE 1 Door edge guard $176.00� $175.00 $150.00 DED 2 DLR ' BSM 1 Body side moldinas $279.00 � NA NA 153 � Front license bracket NC� NA NC 153 3 RPO � Optional equipment - specify $1.00 i NA Any Factory option not listed within specification is eligible for the discount amount indicated as a credit per item ojJ'the manufacturer's currenl MSRP schedule rncluded with bid solicitation documenis. Consult dealer or fleet fordcom for ifemization � ADMIN 1 Optional equipment - specify $946.00 � NA Administrative Lighting package: Front and Rear Windaw, Call for detai/s 1 TINT � Optional equipment - specify $345.00 � NA Full Limo Tint rear, legal front � LTS 1 Optional equipment - specify $645.00 � NA Universa! Laptop stand � Mat � Optional equipment - specify $165.00 NA All YVeather rubber matr, dealer order � Labor � Labor rate per hour $120.00 � $95.00 $75.00 LRPH z Includes EVT certifzed irrstallation and OVMcompliance. Supplies, wiring harness mzd DLR 3 connectorsincluded 1 Temp 1 Temporary tag $6.00 $18.00 $35.00 TT DLR ' Tx � Transfer existing registration �must provide tag number) $90.00 � $65.00 $100.00 TER 2 DLR ' Tag 1 New state tag (specify state, county city, sheriff, etc.) $150.00 $165.00 $200.00 NST 2 Tag may he delayed by tag off:ce and shipped separately. Overnight Zway shipping for new DLR 3 vehicle tags included � MP575 � Maintenance Plan - specify $1,835.00� NA 5 Year 75, 000 mile Premium Maintenance Plan. I S service visits at 5000 mile intervals for vehicles with Gas Engine, zero deductible. Police pursuit / Fire use ineligible. Prices quoled per FordMoCo Florida Retail ESP October 2013 Pricing Guide 1 MP675 1 Maintenance Plan - specify $1,875.00� NA 6 Year 75.000 mile Premium Mainterrance Plcm. I S service visits at 5000 mrle intervals for vehicles with Gas Engine, :ero deductible. Police pursuit /Fire use ineligible. Prices quoted per FordMoCo Florida Retail ESP October 2013 Przcing Guide I MP610 � Maintenance Plan - specify $2,365.00� NA 6 Year 100, 000 mile Premium Maintenance Plan. 20 service visils at 5000 mile intervals for vehicles with Gas Engine, zero deductible. Police pursuit/ Fire use ineJigihle. Prices quoted per FordMoC'o Florida Retail ESP Octoher 2013 Pricing Guide 1 Bid Award Announcement (13-21-0904J 194 VEHICLE: Focus (P3F) DEALER: Duval Ford Hub City Ford Don Reid Ford, Inc. Hub City Ford ZONE: Western Northern Centra] Southern BASE PRICE: $15,300.00 $15,390.00 $15,372.00 $15,390.00 BB575 � Warranty - specify $1,245.00� $1,305.00 $1,020.00 5/100 5 Yr 75, 000 mile :ero deducfible BA.SECare plcm. 5 Yr I00, 000 mile zero deductible use $1620. P�WER,I•RJ�� Complete pricing schedule available upon reguest. Prices quoted per FordMoCo FTorida Retail ESP October 2073 Pricing Guide � CARE 2 (p) DEDUCTIBLE 2 ESP 3 POYVERTR,4IN CARE 5/75 0 DED 3 BE575 � Warranty - specify $1,430.00� $1,620.00 $],245.00 5/100 BASE 5 Yr 75, 000 mile zero deductible EK RACare plan. 5 Yr 100,000 mile �ero deductible use CA � 2 $1960. Complete pricing schedule mailable upon requesl. Prices guoted per FordMoCo 3 Florida Retail ESP October 2013 Pr; cing Guide � ESP (0) DF.DUCTIBLE Z B.4SE CARE 5/75 0 DED 3 BP575 l Warranty - specify $1,830.00 $1,960.00 $1,430.00 5/100 EXTRA S Yr 75,000 mile,-ero deductible PREMIUMCare plan. 5 Yr ]OQ000 mile zero deductible use CA � 2 $1455. Complete pricing schedule available upon requesi. Prices quoted per FordMoCo Florida Retail ESP Octoher 20I3 Pricing Guide � ESP 3 �o) �E�UCTrBLE � EXTRA CARE S/75 0 DED 3 Bid Award Announcement (13-21-0904) 195 Hub City Ford November 14, 2013 2014 Ford Focus Purchase Order Agreement ADDENDUM Public Records: In accordance with Sec. 119.0701, Florida Statutes, the Contractor must keep and maintain this Agreement and any other records associated therewith and that are associated with the performance of the work described in the Scope of Services. Upon request, the Contractor must provide the public with access to such records in accordance with access and cost requirements of Chapter 119, Florida Statutes. Further, the Contractor sha11 ensure that any exempt or confidential records associated with this Agreement or associated with the performance of the work described in the Scope of Services are not disclosed except as authorized by law. Finally, the Contractor shall retain the records described in this paragraph throughout the performance of the work described in the Scoge of Services, and at the conclusion of said work, transfer to the Village, at no cost to the Village, a11 such records in the possession of the Contractor and destroy any duplicates thereof. Records that are stored electronically must be transferred to the Village in a format that is compatible with the Village's information technology systems. Viilage of Tequesta Date: 10l2/2 Purchase Order Requisition Date Purchase Order is Req'd: 10R/2013 (Not a Purchase Orrler) Departrnent: Utilities 'Revised November 14 2011 Req. #: J-2014 F150 Quotes Recsived: 1 (See Aftached) Recommended Vendor. Vendor #: Vendors Bids Don Reid Ford,lnc. $18,652.00 Address: 1875 South Orlando Aveunew City: Maitland State & Zip: Florida 32751 Comments: 2Q141/2 Ton Picku Truck - 4x4 S eciflcation #42 Off the Florida Sheriffs Association � Florida Association of Counties contract bid 13-21-0904 Manuf./ Available Balance Item Descri tion Part# Q. Unit Price Total Cost AccouM # Finance Use Onl 2014 F150 4X4 S 2C #42 1 $ 18,652.00 $ 18,652.00 401-411-664.602 $ - $ - $ $ $ - $ - $ - $ - Total: $ 18,652.00 Finance/Administrative Use Onlv: The DeRartment Director's /Designee s signature below cettiBes that (1) fhis purchase order reyui5ition is complete and in compliance wifh the Vr!lage s Purchasing Policies and Procedures and (2) a!! procurement requiiame�s have been safi�ed. Department Director / Desi nee Si nature: � �� Date: � The Finance Depa�tment signature below certifies that (1) tiris uisition has been approved by an authorized Depa�tment Director/Designee, (2} that t e correct account numbe�s have been used and (3) there is adequate funding in the accounts listed. Finance Si nature: Date: Villa e Mana er Approval: Date: Vitlage Council Approval: Resolution #: Date: Telfrin, Debra From: Telfrin, Debra Sent: Monday, November 04, 2013 4:30 PM To: Telfrin, Debra Cc: Telfrin, Debra Subject: NOVEMBER CONSENT AGENDA VEHICLE PURCHASES WEB LINK Village ofTequesta November 14, 2013 Consent Agenda Florida Sheriff's Association & Florida Associations of Counties Contract Bid #13-21-0904. The link below is the reference contract for the vehicle purchase on the November 13, 2013 Consent Agenda. https://www.flsheriffs.or�/uploads/13-21-0904%20Bid%20Award(2) pdf i P:R4P�OSAL NAME: VILLAGE OF TEQUESTA DATE: OCTOBER 2, 2013 EMAIL: JCOLLINGS@TEQUESTA.ORG ATTN: JOHN 2014 FORD F-I50 4WD REG CAB 126" XL (F1E) $17,668.00 3.7L V-6 FFV ENGINE AUTOMATIC OVERDRNE TRANSIVIISSION , AIR CONDITIONIlVG AM/FM STEREO 40/20/40 VINYL SEATS P235 BSW AJT TIRES 3.73 REG AXLE 6650 GVWR POWER EQUII'MENT GROLTP $ 949.00 POWER BLACK MIRROR TEMP TAG $ 35.00 TOTAL $18,652.00 � P�R FSA CONTRACT# 13-21-0904 DELNERY 75 - 90 DAYS ARO We thank you for the opportunity to make this progosal ancl will appreciate your accept�nce. Acceptance of this pmposal will not be binding upon us until this proposal is approved hereonin writing by an o�'icial of Don Reid Ford, Inc. Return of one copy of this proposai and your pwchase order number constitutes your official acceptance. PO# Respectfiilly submitted DON REID FORD, INC. . - ACCEPTED• � BY: FLEET MANAGER �" �' Request for Taxpayer a�� �or�, to:ne ��v� �ecen'ber Zo� 1� � requester. Do not �,��,aT�,,, Ident�flcation Number and Certi�lcatton �"�� R� � �nd to the lRS. Neme (aR strowrt on your Income tax returr� ' DOlN RElD FORD, IAIC �; 8�1"�s name/disreperded e�tUy name, if diFfarent from above �► � • �� Q' Ci�eCk eP�opr�e bmc fot'tederai tax cfeasiflcetiorx ;: ... 0 ��auav� �roPr�ao� O C cor�oranon � S co� �O p�m�nrP Q Trwv�mea o �+ ❑ umRed nab�ty eompany. r�tar ths ta�c classxicau,n �r,�c �rpw�cbn. ss cwpo�aa«►, P�araursnip�. Q�^ � � cwpor or► a d ❑ Othm (see ins6v�a)► -_....»--------------------- +� Adtfnass (nwnber, sKeet� and apt, orsuih� noa Requaster's name and addross toptlonal) � 1875 S ORAIVDO qVE d Gty. atate. And ZIP code � MAITLAND, FL 32751 ' llst ac�ouM nw�wer(� h�e (cptlonal� Tax er tdentiflcatfan Number 1 Enter your TiN in the approprlate bo�c. The'RN provkled must mq� t� ��� the "Name* line Soclat soouetty number . w avofd backup wtthh�ding. For b�dividuals, thts Is ycnr sociai secndhr+wmbe�' (SSM. However� for a f�—� resideht atten. sote praptietof or dlsregarded ¢rtaq, sea Hte part t inatrucNorts on pa� 3. For other �_�_� erdides. ft� your empfoyer id�tiflcatkn number (EIN}, If you do.not have a ncxnber, see Now to get a T/N on p�e 3. Note. !f the aocount is in more then one neme� see the chart on �ge 4 for g�deltnes w� wflose Emp�oYer tdemiltoallon nwnber numbe�-to ertter. 5 9 - 1 0 8 9 4 6 4 Certification 1Jnder pena�ies of Ped�N, I cerEify thak 1. The number shown on thts form b my correct taxpayar k�tlflcation number (or I am waiting far a number to i�e issued to mej, and 2. I am not subject to backup wlthhotdtng because; (� i am exempt from baokup witbtrolding, or (b)1 havo not be� rwtifled by the t�temal Revenue Servtce (IRSj that I am subJect to backup withholding as a.resutt of a fa�ura to report ati interest or dividencls, or (cj the tRS f►es notlfled me that 1 am no ionger subjeat to backup w(thholding, and 3. I am a U.S. citizen or other U.S. person {defined belov�r}, • ' CeriilFcatton lnstruotians, You must cross out item 2 abovs !f you tra�re been no��ad bji the fRS that you are currently subJect to backup wtthtwiding � because you have failed to report ail tnterest and dtvidends orr your tax returtt. For reai estafa �ransacttons, itern 2 does not aPptY. For mortgage ' iMerest paid, acquisWon or abandonmertt of secu P�P�Y, �cepation of debt, aonMbutia�s to an tndivldual retkemeni arrangemerrt pR�� end � generaAY� PaYm�ta othar then inte dt enda, yo e rtiot required !o stgn tha certificatlon, twt you must provide your correct TlN. See the i lnstructbns on page 4. . - Sign st,qnature or ( i �@I� U.S. person ► GaEa ► � � z � � ! Genera) Instructions Note. if a cequester gives v«i'a fonn otner tr�, F«n, w-a to req�,est Section ref�s are to the Mt Revenue Code uniess otherw�se ���' � m� �a the requaster's torm ff k Is suastanttaily strnftar � �wted. to this Farm W-e. P�I OSe Of FOt't11 . DeftNflon of a U.S. peraon,.Forledera� tax Purposes� You are � � con�dered a U.3. person tf you are: i A peraon who Is requked to ftte an iMormation retum wlth ths iRS m�ist •���dual wFro is a U.S. chizen or U.S. ra�ident allen, � oMaG� your correct taxpay� k�ntlflcation number (TiNj to report, for • A partnershtp oorparat(on �( axemple, income paid to You, real estate transacNoras, mortg�e interest organized In the United States o�r ur�� U�e��the United States. 1 of deb�t or c�oMrf�buttons y�made to an IRA. � i�p�Y� cancella#1on . Ari �tate (other than a foretgn estate}, or } Uae Form W-9 only It you are a U.S. person Qr�durAng a resident • A dornestia tnist (as deiined !n Regulations aection 30L7701-'�. � atien), to proVide your correct TlN to tha Person requesting it {the Special rules for partriersh�s: Partnershi� that caxluct a tiade ar � reQuester} and� when ap�icabfe. ta bu�neas in the U�ted States are tax on for� � ��'tO PaY a withholdMg � 1. Ceiiify that the T!N you are glving is correct (,or you a� w� for a � 9n P�ers' share af inoome from suoh business, i number � be iasued), Further, in certain cases wt►ere a Form W� has nof been recefved, a � . 2• CorUty that You are not subject to backup vr�thhotd��, m. ���p � �N� #o presume that a partner ia a foreign person, i S. qaim e�c � PaY � wlihholdfng te�c. Thecefore, ff you are a U.S. person that � a ; payee. it 1(ca�sbl ���� ���ng tf you are a U.S. exempt t��' 1� a FarEnersMp conduating a trade or business in the United ; aPP , Y� are a�o certlfying that as a U.S. person, your �es. provtde Form W-8 to•the partnership to estabi�sh yraur U.g, � allocabte share of arry partnership income irom a U.S. trade or bustness status and avdd withhold(ng on your shere of partnershlp income. ! is not subject ta the �g tax oR tonslgrr partr�ers' strare o� efEectiveh� connected income. � � 3 f cat. ao. �a2��x r-orm W -g (Rev 12 2071? i ' I � � . � 1 , t � � P(1RCHASE 4RDER VILLAGE OF TEQUESTA f'�L�"!':�;ir�C! 345 Tequesta Drive � , � , . ! _ Tequesta, Florida 33469-0273 .. p.o NUMBER ' (561 j 768-0700 Fax (569 ) 768-0699 � �a23rzoia �.� � • : � ��2o�s�: � �000e3os� �. � VENDOR Z$�6 NO.: ��- � .. .. . . .. . .. ... . DON�R�EID.FORD:. `: . � � � � • : � � � � W�kfiER� TREA►TMENT PL.ANT..' �.. . , � 1$75 S �RAI�DO AVE .. � � � . ' � VILLAGE OF� TEQUES�'A � . . � . MAITLANp; FL 32794. � . � � � . � 90'1..N4�TH OLfl� DIXIE Ii1GHWAY � - � . � . � . � � � TEQ�ES'I'A, FL 33469 � � SHIP VIA: ORDERED BY; NATHAN LITTERAL F.O.B.: P.O. TYPE: Regular TERMS: ACCT. NO.: 1�HSCRlPTtON: 20141i2 7dN PICKUP IRUCK 4X4 FL STATE SALES TAX EXEMP. CERT. # 85-8012646452�-5 " : I� •� • - . � � � ■ 7.000 2014 F150 4X4 18,652.0000 18,652.00 TOTAL: $ 18,652.OD 401-411-Cs�4.692 VehicEes �g g52 PURCHASE ORDER NUMB�R MUST APPEAR APPROVED ON ALL IM/OICES, PACKAGES, ANfl BY SHtPPWG DOCUMENTS. � DEL{VERIES WILL BE ACCEPT�D MONDAY �� � � THRU FRIDAY 8:30 AM - 4:00 PM t orrz igna ure ' � � FA - � � * FLORIDA .�SSU<;G\'CIOX UF �' COUN'TIES -----_._._._ AU A6out Florida FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES 1/2 TON PICKUP TRUCK - 4X4 SPECIFICATION #42 2014 Chevrolet Silverado 1500 (CK15703/1WT� 2014 Dodge Ram 1500 (DS6L61) 2014 Ford F-150 (F1E) 2014 GMC Sierra 1500 (TK15703/1SA) 2014 Toyota Tundra Long Bed (8327) ALL ITEMS FACTORY INSTALLED UNLESS OTHERR'ISE INDICATED iNSTRLICTIO1vS: Listed above, you will find the model numbers of the vehicles that will be included in this year's contract. i. F.�r�IE� a. Manufacturer's minimum 6 cylinder gasoline engine, alternator, battery and cooling package. 2. TRANSMI� ION/ XT.F.C� a. Manufacturer's standard automatic transmission and axles. b. Four wheel drive with automatic locking hubs, includes a11 required options. c. Limited slip differential on 4-wheel drive. 3. pE FO M N I.M : a. Manufacturer's standard power steering. b. Manufacturer's standard gauges. 4. COMFO_R_T T_TRM : a. Manufacturer's standard air conditioning with 134A system. b. Manufacturer's standard tinted glass all around. c. Manufacturer's standard AMiFM stereo. d. Heavy duty rubber floor covering instead of carpet. e. Manufacturer's standard production seats. Purchaser will select color at time of order. f. Keys: two (2) per vehicle, single key locking system, (each vehicle keyed differentiy). 5. S FE'TY M : a. Dua1 outside mirrors and inside rearview mirror. b. Interior dome lights with left and right door activated switches. c. Manufacturer's standard air bags. 6. BRAKF.�; a. Four wheel anti-lock brake ABS system. 7. TIRFS .�N� WHEELS: a. Manufacturer's standard tires and wheels. b. Full size spare tire and rim, if available. 8. CILASSIS. FRAMF. CA3: Bid Award Announcement (13-21-0904) 697 a. Manufacturer's standard colors, factory painted. Colors to be determined by individual agencies. b. Manufacturer's standard fuel tank. c. Manufacturer's standard front and rear butnpers. d. Manufacturer's standard bed. Bid Award Announcement (13-2I-0904) 698 VEHICLE: F-]50 (F1E) DEALER: Duval Ford Don Reid Ford, Inc. Don Reid Ford, Inc. Don Reid Ford, Inc. ZONE: * Western * Northern * Central * Southern BASE PRICE: $17,607.00 $17,868.00 $17,468.00 $17,668.00 Northem & Central & Order Code Delete Options Western Southern AM/FM stereo radio NA NA Air conditioning NA NA Full size spare tire and rim NA NA DXB6 I Limited slip differential on 4-wheel drive $150.00� $200.00 DLS Northern & Central & Order Code Add Options Western Southern Please refer to Part E- Emergency Vehicle Lighting Specifications for lightbar descriptions and the awarded dealer pricing. 99F � Engine upgrade - specify $999.00 � $999.00 99F 2 5. ot Vs FFV � s. o v 2 99T 1 Engine upb ade - specify $2,094.00� $2,094.00 99T 2 3. SL V6 EcoBoost� (NA w/Regular Cab 126" WB) � 3.5 ECO BOOST V-6 N/A WITH SHORT BED ON REG CAB 2 68G.CNG � Bi-fuel model - specify $8,000.00 NA Requires 3.71. v6 engine. � 3.7L Ti-VCT 4-V"alve V6 Engine. • Meeis EPA Certif cation Standards. • Bi-Fuel and Dedicated CNG Systems Available. • Standard 8.9 GGE, 15.7 GGE (add $2000) and 211 GGE (add $2500). • CNG Fuel Economy Eguivalent to thaf of Gasoline. • Origina! Ford Warranty Remains Intact. Bi-Fuel Option Runs on CNG or Gasoline, Switch Between Fuels at Any Time. • Dedicated Option runs on CNG only. • Serviceable Through Ford Dealer Network with St�ndard Ford Diagnostic Eguipment. • Eguipped with Ford On-Board Computer Control System. • Proprietary Fuel Delivery System. • Maintairrs OBD-II Functionality. • Comes with Standard Metal CNG Tank Cover or Optional Dramond Plate Tool Box Cover. � 68G � CNG model - specify $314.00 NA Requires 3.7L v6 engine 1 68G.CNG � CNG conversion (discuss with �dealer) $8,000.00 NA • 3JL Ti-VCT 4-I�alve V6 Engine. • Meets FPA Certif cation Standards. • Bi-Fuel and Dedicated CNG Systems Available. • Standard 8.9 GGE, I5. 7 G�GE (add $2000J and 21.2 GGE (add $2500). • CNG Fuel Economy Equivalent to that ofGaso[ine. • Origir,al Ford Warranty Remains lntact.Bi-I'uel Option Runs on CNG or Garoline. Switch Beriveen Fuels at Any Tirne. • Dedicated Option runs on CNG only. • Serviceable Through Ford Dealer Network with Standard Ford Diagnostic Gguipment. • Equipped with Ford On-Board Computer Control System. • Proprietary Fuel Delivery System. • Maintains OBD-U Functionality. • Comes with Standard Metal CNG Tanh Cover or Optionall�iamond Plate Tool Box Cover. t 68G.LPG � LPG conversion (discuss with dealer) NA NA Battery, 650 cca or greater Std� NA Battery — Maintennnce-Free 78-AH (750CCA) 1 Dual batteries NA NA Bid Aivard Announcement (13-21-0904) 71I VEHICLE: F-150 (F1E) DEALER: Duval Ford Don Reid Ford, inc. Don Reid Ford, Inc. Don Reid Ford, Inc_ ZONE: * Western '� Northern * Central * Southern BASE PRICE: $17,607.00 $17,868.00 $17,468.00 $17,668.00 627 � 7,7001bs. GVWR $1,349.00� $3,174.00 C27 Z HEAVY-DUTY PAYLOAD PACKAGE (627) Usage: Increases GVWR to 8200 Ibs. far improved payload and towing • Reguires: • Long Bed, S.OL YE Engine (99F) or 3. SL, V6 EcoBoost� Engine (99Tf • Trailer Tow Package (535) required when ordered �+�/S.OL Engine • Mctt Trailer Taw Package required whe» ordered w/3. SL EcoBoostm Engine — XL: Mm: Trailer Taw Pac/-age (60M) — t7./XLZ Mctt Trailer Taw Package (60P) Includes: • 3.73 limiied-slip axle • 9.75"gear sef • Heavy-Duty shock absorbers • LT245/75R17E BSW All- 7'errain Tire(s) (A/T) (T7E) • Upgraded springs, radiator and auziliary transmissiox oil cooler • XL: High capacity 17" 7-!ug steel wheels (64K) • Yl,T: ADD $190 High capacitv 17" 7-lug Aluminum wheels (64W} 67T 1 Electric brake controller $229.00 $229.00 2 Trafler Brake Conboller re 535 Trailer Tow Pk or included w/ iLfar Trailer Tow Pk XL with both Trailer 67T ( 4 g g.: Brake Controller and 86D XL Decor Group reguires 595 Fog Lamps) 1 Traction control Std� NC AdvanceTrac� w/RSCc� (Roll Stability ControlTll� � F1E300A � Manufacturer's model upgrade �ackage (specify pkg. bid) $4,000.00 $4,089.00 XLT 2 Autolamp – Auto On/OfjHeadlamps •Bumpers Front and Rear Step – Chrome •Fog Lamps •Grille – Chrome "Bar Style" Insert w/Chrome Surround •Headlamps – Halogen Keyless-Entry KeypadlNTERIOR/COMFORT •Color-Coordinated Cmpet and Floor Mats •Compass• Overhead Console �Powerpoint •Rear-window w/Fixed Privacy Glass •Cloth40/20/40•SYNC� T�oice-Activated Communications and Entertainment Sys INTERIOR/COMFORT-Power WindoN�s AM/FM Stereo/Single-CD Player w/Clock, Audio Input Jac1� Cruise Control, Customer Informafron Display,Delayed Accessory Power, MyKey�,Illluminated Entry,Perimeter A[arm, PawerLocks w/kelyess-entry, Power Mirrors � CS I Seat trim upgrade - specify NC NC CS Z CLOTF/ 40/20/40. Ind:uled in Mode1 upgrade 1 85A i Power windows/door locks $949.00 $949.00 $SA 2 • lncluded on XL Mid • Opt. on XL Base, Includes: • Autolamp (XLT, FX and Lariat only) • Black power mirrors (iZ,STX and XLT) • Illuminated entry • Perimeter alarm • Power Ioc1 w/In�egrated Key Transmitter kelyess-entry (includes Autolock) • Pox�er windaws I SOS � Speed control $224.00 $224.00 SOS Z Cruise Contro( (included in mode! upg+�ade, 61XXL Plus Pkg.) � TILT � Tilt steering wheel Std Std DOME � Passenger dome lamp Std NA US t Bucket seats in lieu of bench seat NA NA 168 � Carpet in lieu ofrubber floor covering $144.00� $144.00 168 Z 47R Floormats $94.00 $144.00 168 2 AZI-Weather Rubber Floor Mat (reg. Carpet, NA w/vinyl (16G)) Carpet with 768 or model upgrade. Dealer Floor mats $135 � DT � Deep tinted glass $155.00 NC 924 z Rear Privacy Glass (92�) included ai no charge with (433). Option is for R'indow Film side arrd rear 1 REAR WINDOYV ONLY Z 433 � Sliding rear window $224.00 $224.00 433 2 Includes pr�ivacy tini � 58B 1 AM/FM radio with single CD $289.00 � $289.00 58B 2 AM/FMStereo/Single-CD Player w/Clock (incl. in model upgrade, 61XXL Plus Pkg.) � ONSTAR 1 On-Star NA NA 91S � Satelliteradio $194.00 $4,384.00 91 S Z Req. model upgrade � Bid Award Announcement (I3-21-0904) 712 VEHICLE: F-150 (F1E) DEALER: Duval Ford Don Reid Ford, Inc. Don Reid Ford, Inc. Don Reid Ford, Inc. ZONE: � Western * Northern * Central * Southern BASEPRICE: $17,607.00 $17,868.00 $]7,468.00 $17,668.00 3K i Third key $126.00 $225.00 3K 2 R'rth 85a or Model upgrade package use $240 � AIRBAG I Side air bags Std� Std Airbags — Safety Canop}fi� Side-Cm•tain Airbags — Dual Stage Front-Seat-Mounted Side Airbags 1 L404 56 I Long bed in lieu of short bed $299.00 $299.00 145 Z LSL � Left-hand pillar mounted 6" spotlight with clear halogen bulb, dealer installed $495.00 � $495.00 DLR 2 For Remote Go Light add $595 � 2SL � Left & right-hand pillar mounted 6" spotlight with clear halogen bulb, dealer installed $796.00� $895.00 DLR Z VV 1 Vent visors - stick-on style $130.00 � $195.00 DLR 2 RS 1 Rainshields - flange style $130.00� $]95.00 DLR z 96H 1 Bug shield $149.00 $395.00 DLR Z 54T � Trailer tow mirrors $139.00 $139.00 S4'I' 2 Side Mirrors Manual Telescopfng Trailer Tow w/Manual Glass (NA w/85A Power F.quipment Group) Reg and Supercab only. Included with 60m, 60p. 54P Trailer tow mirrors cme $234 and reguired with 85a or model upgrade package I WGG I Wrap-around grille a ard $1,296.00� $1,695.00 WGG 2 TBX � Aluminum tool box $385.00� $495.00 DLR Z Single Lid Locking i 96P 1 Bedliner $349.00� $349.00 96P Z Bed Mat use $149 � DEALER INSTALL 300. DO Z 96W 1 Spray-on bedliner (Rhino, Line-X or approved equivalent) $474.00 � $474.00 9(`7�7 2 For HD Linex Spray use $550 � DF,ALER7NSTALL400.00 Z TOWHOOK � Tow hooks Std NA 535 HD � Class IV hitch and bal] $525.00 $424.00 535BB 2 Class IV hitch and ball TRAILER TOW PACKAGE (535 HD) Usage: Required for towing over S,OOO lbs. Availability: Included on XL Mid, STX Mid, XLT Mid, and XLT Luxury • Optional on XL Base, STX Base and XI.T Base •Standard on FX, Lariat. King Ranch�, Platinum, Limited and SVT Raptor Includes: •7 pin wiring harness •Azcciliary transmission oil cooler •Class IV trailer hitch receiver •Select Shift Transmission •Upgraded radiator and ball mount, ball, pin and clip � 8KW � 8,000 lb. winch with remote $1,200.00� $1,695.00 DLR 2 Requires YVGG � 535 1 Heavy duty towing package up to 5,000 lbs. with appropriate hitch $374.00 t $374.00 535 2 Includes: • 7 pin wiring harness • Aatciliary transmission oil cooler • Class IV trailer hitch receiver • SelectShift� Transmission • Upgraded radiator � Bid Award Ann.ouncement (I3-2I-0904) 713 VEHICLE: F-150 (F1E) DEALER: Duval Ford Don Reid Ford, Inc. Don Reid Ford, Inc. Don Reid Ford, Inc. ZONE: * Western * Northern * Central * Southern BASE PRICE: $17,607.00 $17,868.00 $17,468.00 $17,668.00 60M � Heavy duty towing package up to 7,200 lbs. with appropriate hitch $844.00 �$1,374.00 53599F z For Under 7200 see above option. This option is for the MAX TRAILER TOW PACKAGE— MANZIAL MIRROR (60M) Avaifability: • Opt. on XL Base i2egular Cab Not available with: • 126"wheelbase • Maz Trailer Tow Package (60P) add $90 • Power Equipment Group (85A) Requires: • 3. SL EcoBoostO Engine (99T) • 3.73 Zimited-slip axle • Heavy-Duty Payloaa' Pkg. (627) Includes: • 7 pin wiring harness • Auxiliary transmission oil cooler - Class IV trailer hiich receiver • SelectShift� Transmission • Side mirronr, black manual telescoping, manual folding trailer taw w/manual glass • Trailer Brake Coniro/!er • Upgraded radiator • Upgraded rear bumper � 413 � Skid plates $159.00 $159.00 413 2 FTC 1 Fiberglass tonneau cover (painted to match) $1,495.00� $1,695.00 DLR 2 For Roll n I,ock, or RETR,4X bed cover option, use $1396 � FCHT 1 Fiberglass cab high topper with front, side and rear windows (painted to match) $1,696.00 $],995.00 DLR 2 942 � Daytime running lights $44.00� $44_OO 942 2 Immobilize daytime running lights Std NA T7H � All terrain tires in lieu of all season tires $324.00 � NC P265 WL AT t N2 1 Nitrogen filled tires including spare tire $196.00 � $200.00 DLR 2 SPARE 1 Full size spare tire and rim Std� Std SSM 1 Midbox body option NC� NA Midbox prep package, requires L404 551ong bed (SSm, d9e, 31 t) Call dealer for options t DLR 2 Steel truck cap NA $3,995.00 CS � Cab shield headache rack (protects back of cab) $496.00 $1,695.00 DLR Z PRPU � Pipe rack w/expanded metal basket over cab (for pickup bed) $1,496.00� $1,895.00 DLR 2 Pipe rack w/expanded metal basket over cab (for utility body) NA NA SLR � Single ladder rack side mounted (specify street or curbside) $646.00 $1,795.00 DLR Z 153 1 Front license bracket NC NC 1 S3 Z Front License Plate Bracket (on upgrade pkg deletes standard Lower Front GriZle on 3JL and S.OL engines) 1 85H i Backup alarm, factory installed $99.00 NA BUA i Backup alarm, dealer installed $130.00 $125.00 DLR 2 76C t Backup camera with 3.5" LCD (rear mounted camera to provide wide angle field of vision $449.00 �$1,689.00 76C 2 at rear of vehicle) - factory installed Rear Y'iew Camera (req. 85A Power Equipment Group; XL Base IOOA also reg. A.LI/FMStereo/Single-CD Player w/Clock (58B) as a standalone opfion or as package content with XL Plus Package (61�; includes compass display � BUC 1 Backup camera with 3.5" LCD (rear mounted camera to provide wide angle field of vision $695.00 � $795.00 BUC Z at rear of vehicle) - dealer installed Bid Award Announcement (13-22-0904) 714 VEHICLE: F-150 (FlE) DEALER: Duval Ford Don Reid Ford, Inc. Don Reid Ford, Inc. Don Reid Ford, Tnc. ZONE: �' Western * Northern * Central * Southern BASE PRICE: $17,607.00 $17,868.00 $17,468.00 $17,668.00 RPO � Optional equipment - specify $1.00 � Any Factory option not listed wit/rin specification is eligible for the discount amount indicated as a credit per item o,�"ihe manufacturer's c:�rrent MSRP schedule tncluded with bid solicitaSon documents. Consult dealer or fTeet.ford com for itemi�ation � 66C.61X t Optional equipment - specify $869.00 Communications package (66c) and XI. Plus Package (requiredJlndudes: • AM/FMStereo/Single-CD Player w/Clock and auYiliary audio input jack (includes speed-compensated volume control and customer information display) • Cruise Conbol • MyKe}� ovvner controls feature 1 SAFET I Optional equipment - specify $595.00 � Fire F.xtinguisher, safety warning LED's, first aid kit � LTS 1 Optional equipment - specify $695.00 Havis Laptop Stand with Universal Loclnng tray,,Jloor mount and mounting kit. Base Inverter add $436 � WLB Optional equipment - specify $1,�15.00 AMBER � �elen Amber Single Tier Lightbar with Switch. For Amber Corner Vertex add $525 I LABOR � Labor rate per hour $1 l 5.00 � $75.00 DLR 2 Includes EVT certified installation and QVM compliance. Supplies, wiring harness and connectors induded 1 TAG � New state tag (specify state, co�unty, city, sheriff, etc.) $150.00 � $35.00 DLlZ 2 Tag may be delayed by tag office and shipped separately. Overnight 2way shipping for new vehicle tags included � TX 1 Transfer existing registration (rnust provide tag number) $90.00 $100.00 DLR Z TEMP I Temporary tag $6.00 $200.00 DLR Z MP575 1 Maintenance Pian - specify $1 835.00� 5 Year 75, 000 mile Premium Maintenance Plan. I S service visits at 5000 mile intervals for vehicles with Cias � Engine, �ero deductible. Police pursuit /Fire use ineligible. Prices quoted per FordMoCo Florida Retail ESP October 2013 Pricing Guide � MP675 � Maintenance Plan - specify $1,875.00� 6 Year 75, 000 mile Premium Maintenance Plan. /5 service visits at 5000 mile intervals for vehicles with Gas Engine, aero deductible. Police pursuit /Fi�e use ineligible. Prices quoted per FordMoCo Florida Retail ESP Ociober 2013 Pricing Guide I MP610 1 Maintenance Plan - specify $2,365.00� 6 Year IOQ 000 mile Premium Maintenance Plan. 20 service visits ai 5000 mile intervals for vehicles with Gas Engine, zero deductafile. Police pursuit,� Fire use ineligible. Prices quoted per FordMoCo Florida Retail ESP October 2013 Pricing Guide � DB575 1 Warranty - specify $1,470.00 $1,210.00 ESP 2 5 Yr 75, 000 mile zero deduc[ible BASECare plan. 5 Yr IOQ, 000 rrerle zero deducdble use $1025. Complete pricing schedule available upon reguest. For emergency and fire applications add �5605 surcharge. Prices guoted per FordMoCo Florida Retail ESP October 3013 Pricing Guide� POWERTRAIN CARE 5/75 0 DED 2 DE575 I Warranty - specify $1,720.00� $1,470.00 ESP Z 5 Yr 75,000 mile zero deductible EXTRACare plarz 5 Yr IOQ 000 mile zero deductible use $2465. Complete pricing scheduZe available upon request. For emergency and fire applications add $555 surcharge. Prices quoted per FordMoCo Florida Retail ESP October 2013 Pricing Guide 1 BASEC�iRE 5/75 0 DFD � Bid Award Announcement (I3-2I-0904) 715 VEHICLE: F-150 (FlE) DEALER: Duval Ford Don Reid Ford, Inc. Don Reid Ford, Inc. Don Reid Ford, Inc. ZONE: * Western * Northern * Central * Southern BASE PRICE: $17,607.00 $17,868.00 $17,468.00 $17,668.00 DP575 1 Warranty - specify $2,240.00 $1,720.00 ESP Z S Yr 75, 000 mile aero deduclib[e PREM1UMCare plan. 5 Yr IOQ000 mile �ero deductible use $3155. Complete pricing schedule available upon reguest. For emergency and fire applications add $505 surcharge. Prices guoted per FordMoCo Flor-ida Retail FSP October 2013 F'ricing Guide � EXTRACARE 5/75 0 DED 2 Bid Award Announcement (13-21-0904) 716 Don Reid Ford, Inc. November 14, 2013 2014 Ton Ford Pickup Truck 4x4 Purchase Order Agreement ADDENDUM Public Records: In accordance with Sec. 119.0701, Florida Statutes, the Contractor must keep and maintain this Agreement and any other records associated therewith and that are associated with the performance of the work described in the Scope of Services. Upon request, the Contractor must provide the public with access to such records in accordance with access and cost requirements of Chapter 119, Florida Statutes. Further, the Contractor sha11 ensure that any exempt or confidential records associated with this Agreement or associated with the performance of the work described in the Scope of Services are not disclosed except as authorized by law. Finally, the Contractor sha11 retain the records described in this paragraph throughout the performance of the work described in the Scope of Services, and at the conclusion of said work, transfer to the Village, at no cost to the Village, all such records in the possession of the Contractor and destroy any duplicates thereof. Records that are stored electronically must be transferred to the Village in a format that is compatible with the Village's information technology systems. Village of Tequesta Date: 10/24/2013 Purchase Order Requisition Date Purchase Order is Req'd: 10/29/2013 (Not a Purchase Order) Department: Stormwater "Revised November 14, 2011 Req. #: Quotes Received: (See Aftached) Recommended Vendor: Vendor #: Vendors Bids Don Reid Ford Address: 1875 S. Orlando Ave. City: Maitland State & Zip: FL, 32751 Comments: Purchase of 2014 Ford F-150 (in white) to replace aging 2002 Ford truck. Florida SherifFs Association contract #13-21-0904. Manuf./ Available Balance Item Description Part# Qty. Unit Price Total Cost Account # (Finance Use Only) 2014 Ford F 1$ 21,797.00 $ 21,797.00 403-250-664.602 $ - $ - $ - $ - $ - $ - $ - $ - Total: $ 21 Finance/Administrative Use Onlv: The Department Director's / pesignee's signature below certifies that (1) this purchase order requisition is complete and in compliance with the Village's Purchasing Policies and Procedures and (2) all procurement requirements have been satisfied. Department Director / Designee Signature: Date: �� Z Y �� The Finance Department signature be/ow certfFes that (1) this requisition has been approved by an authorized Depaitment Director/Designee, (2) thaf the correct account numbers have been used and (3) there is adequate funding in the accounts listed. Finance Signature: �^ Date: /P �"�3"�' Village Manager Approval: �� � Date: ��� �`� Village Council Approval: Resolution #: Date: Telfrin, Debra From: Telfrin, Debra Sent: Monday, November 04, 2013 4:30 PM To: Telfrin, Debra Cc: Telfrin, Debra Subject: NOVEMBER CONSENT AGENDA VEHICLE PURCHASES WEB LINK Village of Tequesta November 14, 2013 Consent Agenda Florida Sheriff's Association & Florida Associations of Counties Contract Bid #13-21-0904. The link below is the reference contract for the vehicle purchase on the November 13, 2013 Consent Agenda. https://www.flsheriffs.or�/uploads/13-21-0904%20Bid%20Award(21 pdf 1 � ' PURCHASE ORDER VILLAGE OF TEQUESTA � ���+��''��l 345 Tequesta Dri�e � , � , Tequesta, �'lorida 33469-0273 " � ' P•O. NiJMBER � "' ' , (561) 768-07Q0 FaX (561) 768-0699 10725T2013' '`{0/25/2013 00403066' 9�. VENDOR 2$g6 NO.: ��- � :. DON REID:FORD UTILITIES DEPARTMENT. , 1.875.�5 ORANDQ:aVE. '' VILLAGE.4F T�QiJESTA ,:. MAITV4N0, FL 32794 . , 1�6 :BRIDGE RQAD . , . , - STA;. FL 33469 . TEQUE, SHIP VfA ORDERED BY: MARK MCC�iN70CK F.O.S.: P.O. TYPE: Regular 7ERMS: ACCT. NO.: DESGRIPTIC7N: 2014 FpRD F-150 TRUCK FL STATE SALES TAX IXEI�P. CERT. #$5•8092646452C-5 e • •■ . - . . , • 1.000 2014 FORD F-150 21,797.00OQ 21,797.00 TOTAL: $ 21,797.00 4Q3-250-664.602 Vehicles 21,797.00 PURCNASE ORDER NUMBER MUST APPEAR APPRQVED 4N ALL INVOICES, PACKAGES, AND BY SHIPPIPIG DOCUMENTS. D��.IVERIES WILL BE ACCEPTED MONDAY ' '�— THRU FRIDAY 8:30 AM - 4:00 PM AutFRS�ze S'ignat re��� i PROPOSAL NAME: VILLAGE OF TEQUESTA DATE: OCTOBER 8, 2013 EMAIL: JMCCORKLE@TEQUESTA.ORG ATTN: JANET 2014 FORD F-150 2WD SUPERCAB 145" XL (X1C) $17,722.00 S.OL V-8 FFV ENGINE (99F) $ 999.00 AUTOMATIC OVERDRIVE TR.ANSMISSION AIR CONDITIONING AM/FM/CD (58B) $ 289.00 40/20/40 VINYL SEATS P235 BSW A-T TIRES 3.31 REG AXLE 7100 GVWR POWER WINDOWS & LOCKS (85A) $ 1,149.00 POWER BLACK MIRRORS SPRAY IN BEDLINER (96W) $ 474.00 TRAILER TOW PACKAGE (535) $ 374.00 TINTED WINDOWS $ 195.00 (4) CORNER LED'S $ 595.00 TOTAL $21,797.00 PER FSA CONTRACT# 13-21-0904 SPEC# 43 DELIVERY 75 - 90 DAYS ARO We thank you for the opportunity to make this proposal and will appreciate your acceptance. Acceptance of this proposal will not be binding upon us until this proposal is approved hereonin writing by an official of Don Reid Ford, Inc. Return of one copy of this proposal and your purchase order number constitutes your official acceptance. PO# Respectfully submitted DON REID FORD,INC. ACCEPTED: BY: FLEET MANAGER I i Link to Fiorida Sheriff's Association State Contract: 13-21-0904%20Bid%20Award(1). pdf �� �� � �"�,��i.������1 � ��: � �. u`� �r � �� ..��'�t� a� �+e�. ��c� I . � � � �at;�epa�,er ,3C�. �'P� 4 ��Lr��� �,��r� ��.r��..�w#.�r�� ������+kW+�� ���,/��� � ���� # �� V ��� :F"c�r#i�ip�tE�i.r�� ��er��'s +C��� � L+��� �a� �l���i+e� ��' t�x� �a��,� ca�,,'� �`tr��-c+�� � �� ��c �'`l�a�i+d� ��+��'� ��iati�n 8e Fl+��id� 1���i��,�i��t af ��uti� -� ��� � Y : � y � , �� .� +k .'� r,f :�'�� �''� � � , . ��� r � � � I'LCIRID:�I .�,��v+.�� �;� ��:N:� �_,�: r .i+� �� CaC3L-I+�'I'I�� rti ,�,.. � ��. A(� rlLcw�[ IToxarlti " �� f ,�!. , ��l' .:� � ,, � FA� ��,�� �.��. J r�` F7,C>f.2II).'� ��,'_ati� . ;�r.< ��, COUti"1'IY;S �x ` >,. -----_- . _ �\tl.�bour F�ro�Fda FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES 1/2 TON EX'�'ENDED CAB PICKUP TRUCK - 4X2 SPECIFICATION #43 2014 Ford F-150 (X1C) "rhe Ford F-I�0 (X1C) purchased throu�h this contract comes with all the standard equipment as specified by the manufacturer for this model and FSA's base vehicle specification(s) requirements �tihich are included and made a part of this contract's vehicle base price as a�varded by specification by z_one. 7_ONE: * Western *Norihern xCentral * Southern BASE PRICE: $17,452.00 $17,706.00 $17,590.00 $17,722.00 While the Florida Sheriffs Association and Florida Association of Counties have attempted to identify and incfude those equipment items most often requested by participating agencies for fiill size vehicles, we realize equipment needs and preferences are going to vary from a�ency to agency. In an effort to incorporate flexibility into our proaram, we have created specific add; delete optioils which allow the purchaser to tailor the vehicle to their particular wants or needs. The following equipment delete and add options and their related cost are provided here to assist you in approximatin<= the total cost of the type vehicle(s) you wish to order throuah this proQram. Simply deduct the cost of any of the following equipment items you �� ish deleted from the base unit cost and,�or add the cost of an}' equipment items you �vish added to the base unit cost to determine the approzimate cost of the type vehicle(s) you �vish to order. NOTE: An official listin� of all add/delete options and their prices should be obtained from the appropriate dealer in your zone when preparing your order. Additional add/delete options other than those listed I�ere may be available through the dealers, I�owever, those listed here must be honored by the dealers in your zone at the stated prices. Bid Award Announcement (13-21-0904) 743 Order Code Add Options Price Labor Hrs. Federal Signal DTX Digital In Car Video System. Front $ 4.995.00 and rear (2) camera system including solid state DVR with built in GPS and Wi-Fi, wireless microphone, and DTX COMMAND software for video management. System is 10.0 available as MDT client version or stand along 4.5" monitor. 3rd and 4th cameras optional. Wireless download software o tional er each 10 vehicles. Signal 9016 LED Series StarBeam M-Tech LED Mini Bar S 495.00 20 flash pai:terns, and mouniing kit. Please specify 2,p color(s). Interior Mount LED Light 12 LED Array, Gen 3 LED, Cig $ 495.00 Plug w/ lighted on/off switch, flash patiern select button, Z O 30 flash patterns, and mounting kit (Siqnal Vehicle Products DL15-12 or e uivalent). Please s eci color(s). Combination 200 Watt Siren and 8 function light control $ 595.00 panel including traffic director, dual color lighted keypad. 4 position progressive slide switch. LED speaker 2,p dia�nostics. PA with noise canceling microphone (Signal Vehicle Products LCS 800 or e uivalent). Low Profile Spilt Interior Front Mount LED Lightbar. 1" $ 995.00 High Profile, No Drill Mounting with Vehicle Specific Mounting Kits (included). 35 Ilash patterns with pattern � O select button. Cig Plug w/ lighted on/off switch (Si�nal Vehicle Products "Split Phantom" ULB24 or equivalentJ Please s eci color(s). Low Profile Interior Front Mount LED Lightbar, 1" High $ 995.00 Profile. No Drill Mounting with Vehicle Specific Mounting Kits (included). 35 flash patterns with pattern select button. Red Map Light. Cig Plug w/ lighted on/off switch �'� (Signal Vehicle Products "Phantom" ULB44 or equivalent). Please s eci color(s). Whelen Full Featured Interior Lightbar Eight 3-LED S 795.00 Lamps. Upper Front Unit Mounted in a Rugged Housing That Fits Snugly Against the Front Window of the Vehicle, Two Piece, Individual Driver and Passenger Side Units, with Two LED Flashing/Take-Downs (one in each Z,p housing) Meets SAE and California Title XIII specifications. Easy Installation to Visor Anchor Points Without Drilling Holes, Vehicle Specific. Please indicate vehicle make and model. Up�rade Whelen Interior Li�htbar to Eight 6-LED Lamps S 595.00 0.0 Corner Strobe Kits: 416400 -quantity 4 Corner LED In-line suitable for intemal and external $ 595.00 mounting. Six LED per lighthead, 30 flash patterns Federal Signal. 4-head system, heads and cables included. 3.0 Expandable to 6-heads. LED heads available in red, blue. amber, and/or clear. Corner Inline LED lighting system-Federal Signal- $ 295.00 Available in pairs only. Please specify red, blue, amber, or 3.0 clear. SL4FXX, SL6FXX. Latitude Series warning ]i�ht with Solaris 4,6, and 8 head $ 395.00 SI.8FXX models 3 LEDs per position. 10 flash patterns, 5 year 3.0 warrant MPS600 +MPSM6-CAPSM MicroPulse 6 and side marker mount for Chevy Caprice Rontan Signals Quasaz Strobe LED Extreme Generation 5-loaded with 6 rebel LED's in each lighthead sold in pairs. Colors: blue. red, white and amber Corner LED Kit - Two Head Signal LED Kit (LDHF311 $ 495.00 Includes 2 Spherica] heads in 10' or 30' lengths with inline flasher; Nickel plated aluminum housing with Z, 5 advanced thermal heat management. Colors: amber, blue. reen, red, or white Corner LED Kit - Four Head Signal LED Kit (LDHF311. S 495.00 Includes 4 spherical heads in 10' or 30' lenghts with inline flasher, nickel plated aluminum housing with advanced Z.5 thermal heat management. Colors: amber, blue, green. red, or white Bid Award Announcement (13-21-0904) 65 VEHICLE: F-150 (X1C) DEALER: Duval Ford Duval Ford Don Reid Ford, Inc. Don Reid Ford, Inc. ZONE: * Western *' Northern '� Central * Southern BASE PRICE: $��,452.00 $17,706.00 $17,590.00 $17,722.00 Central Western & Order Code Delete Options & Northern Southern AM/FM stereo radio NA NA Air conditioning NA NA Full size spare tire and rim NA NA Central Western & Order Code Add Options & NorthernSouthern Please refer to Part E— Emergency Vehicle Lighting Specifications for lightbar descriptions and the awarded dealer pricing. 99F � Engine upgrade - specify $999.00 � $999.00 99F � S.OL �8 FFV, Included ivrth Gong Ben' Opzion Ld04 .56 � s.o ti�-s � 99T 1 Engine upgrade - specify $2,094.00 $2,094.00 99T � ��n9-�,�rrt, cw�s 1 3.� ECOBOOST V-6 � 68G.CNG � Bi-fuel model - specify $8,000.00� NA Requires 3JL v6 engine. • 3JL Ti-1 "C"T �1-i'alre �"G Engine. • ;L/ee�s F.PA Certification Standards. • Bi-Fi�el and Dedicated CNG Sys�ems Ai�ailahle. • S�a��dard 8.9 GGE. 15.7 GGF, (add ,53000) and 2/.? GGF, (add $2500).• CNG Fz�el F,cono»iv EqA�ii�alent to thal of Gaso/ihe. • Origina! Ford 6Parrantv Remaihs lntacl. Bi-Fa�el Option Run.r on CNG or Gasoline. 5ivitch Benveen Fr�els at An,r Time. • Dedicaied Option runs on CNG oh/r. • Servrceable Throrigh Ford Dealer Nehrorh irilh Standar-d Ford Diagnos/ic F,gnipn�ent. • Equipped wi�h Ford (7n-Board Computer CorTtrol Sys�em. • Proprietc�n Fasel Delirery Srs�em. • Maiia7ains OBD-7] Functrona/rry. • Comes irith Star�dard iLfetal CNG Tank Corer or Optlonal Diamoi�d P/a�e Too/ Box Coi�er. � 68G � CNG model - specif� $314.00 � NA Reqaires 3JL r6 engine 68G.CNG � CNG conversion (discuss with dealer) $8,000.00� NA Reqi�ires 3.7L r6 engine. • 3JL Ti-[ C'T 4-I'ah�e I"6 Err�ine. • Mee�s EPA Certification Standards. • Bi-FTeel and Dedicazed CNG Systenas Acaflable. • Starrdarcl 89 GGE. I SJ GGE (add $2000) arzd Z/.2 GGE (add $?500). • C'NG Fe�el Economr Eq7r/vnlent to tha� of Gaso(tiae. • Or•iginal Fa t/ fVarrahtr Remains Intact. Bi-Fue( Opjion Runs on C.NG or Gaso/ine, Sieitch Benveen Fuels at Ani Tin�e. • Dedicated Option runs on CNG on(r. • ServiceaGle Throt�gh Ford Dealer rVehrovk ii�ith Standard Ford Diugno,rtic Egrripment. • Eqa�ipped tivily Ford On-Board Computer Control Svstem. • Proprieta»• Fue1 Delrrery Srstena. • Maintain.r OBD-II F�mctionaGry. • Co�nes irrd� Standard Metal CNG Tank Corer or O�tronal Diamond Plate Too/ Bo.r Corer. � 68G � LPG conversion (discuss with dealer) $314.00 � NA Requires 3.7L r6 engine � Battery, 650 cca or greater Std NA Dual batteries NA NA Bid Award Announcement (13-21-0904) 744 VEHICLE: F-150 (X1C) DEALER: Duval Ford Duval Ford Don Reid Ford, Inc. Don Reid Ford, Inc. ZONE: �' Western *' Northern * Central '*` Southern SASE PRICE: $17,452.00 $U,706.00 $17,590.00 $17,722.00 627 � 7,700 ibs. GVWR $1,499.00� $3,174.00 62� 2 HEAVY-DUTY PAYL0.4D PACK,9GE (627J Usage: Increases G1"[{R to 82001bs. for rmproi•ed par(ond and toiring • Requtres: • Long Bed. S.OL !� F.ngrne (99F) ar 3.>L I"6 EcoBoosK?% Enaine (99T) • Trailer Tois Package (.i3i) reyr�ired irhe�T ordered v-'S.07 Engine • dfax Ti�ailer Toiv Package reguired �rhen ordered u-3.�L EcoBoos7� Engi��e —XL: Alar Trnrler Toir Package (60.11) —XL,!YLT: .L(ax Trar/er Tou Pcrckage (60PJ Incl¢�t(es: • 3J3 /imued-slrp azle • 9J.i"gear set • xen,.,-nt,n shock absorbers • LT2=F5'7.iRl7E BSW .9/l-Terrain Tfre(sl (A; T) (T7E) • Upg� aded sprrn�s. raclratof� and azarlrnrr tr oi! cooler� • XL: Hrgh capacity 17" 7-(irg steel irheels (6�K) • XLT: ADD ,�190 Higl� capaciti� /7" 7-ltrgAlzrnrinirrn ivheels (6dWJ� 67T � Electric brake controller $229.00� $229.00� � Tr•ailer &�ake Con�roller � e 535 Trailer Tow Pk or inclz�ded iv/ Max Trailer Toic Pk XI, with both Trailer• 67T ( 9� %� g-: Brake Controller and S6U XL Deeor Giroe�p requi��es 595 F�og Laisips) � Traction control Std� NC 9dranceTrac� w/RSC�R' (Roll Stabilitr ControlTM) � XB6 � Limited slip differential $399.00 � $469.00 CL9 2 u'ith 99t and 99f use xh9 code 3.» at $3�9. Included u ith 637. Add $70 for elecd�onic locking differentral inhere azle is �•egz�n�ed � X1C.300A � Manufacturer's model upgrade package (specify pkg. bid) $4,000.00� $4,089.00 XLT Z .4t�io/amp - Auto On/Off Heudlamps •B�tmpers F�ron/ and Rear Slep - Chrome •Fog Lamps •Grille - C'hrome "Ba� Style" bzsert w�/Chrome S'urround •Headla�nps - Halogen kei�le.rs-Er��ry IkerpadlNTERIOR/COMFORT •C'olor-Coordlnaled CarE�e� and F(oor dlats •Co�npasr Orerhead C'onsole •Poivevporn7 •Rear-ivrndoir tiv/Fixed Priracy Glass •Clot/v42�20%10•SYNC�� Voice-Actirated Coi�rmrrnications and Entertainment Svs lNTERIOR/COMFORT-Pou�er Windows AM/FMStereo/Srngle-CD Plaver io/Clock. Auc/io Inp�ir Jnck. Cr�i�rse Conh ol. Custo�ner lnformation Dlspinv, Delaved Accesso�y Poiver. Mtikei'�,lllh�minatet/ Entry. Perimeter Alarm, Po�verLocks iv/kelvess-enn��.Poirei� blri�r�ors 1 CS � Seat trim upgrade - specify NC NC CS � CLOTH 1 ('LOTH TRIA1 z 85A � Power windows/door locks $1,149.00 � $1,149.00' 85A 2 SOS � Speed control $224.00 � $224.00' SOS Z TILT � Tilt steering wheel Std� Std DOME � Passenger dome lamp Std NA US � Bucket seats in lieu of bench seat NC� NC US Z CLOTH 1 168 � Carpet in lieu of rubber floor covering $144.00 � $144.00 j 68 � Color-coordittated Carpet iv/Carpeted Floor Mats � 47R � Floor mats $94.00 � $144.00 168 � All-Weather RuGber Floa• Mat (req. Ca���et. NA �cii•rny/ (16G)) Carpet ivith l68 or model «p�rade. Dealer Floor mats,�l3.i � DT � Deep tinted glass $32�.00 � NC'" 924 Z Rear P��iracr Glass (92-1) inc(«ded a� no char n ith (433). Oplion is for Gb"indou Film srde nnd rear � REAR WINDOW.S O.h'I,Y � 433 1 Sliding rear window $224.00 � $224.00 43j � Inclucles prn�ncv tint 1 58B � AM/FM radio with single CD $289.00 $289.00 SgB � AA9/FMStereo/S�ngle-CD P/ayer iv/Clock (incl. in model upgr-nde. 6/XXL Plus Pkg.) 1 Sid Award Announcement (13-21-0904) 745 VEHICLE: F-150 (X1C) DEALER: Duval Ford Duval Ford Don Reid Ford, Inc. Don Reid Ford, Inc. ZONE: '� Western * Northern '�" Central � Southern BASE PRICE: $17,452.00 $17,706.00 $17,590.00 $17,722.00 ONSTAR � On-Star NA� NA 91 S � Satellite radio $194.00 � $4,284.00 91 S� Req. model iipgr�ade � I 3K 2 Third key $126.00 � $225.00� 3K W"ith 8�a or tLfodel t�pgrade packa�e lrse �'2-�0 � AIRBAG 1 Side air bags Std� Std Arrhags — Safeh� CanoprC Srde-Cirrtain Airbags — Dz�al Stcage Front-.Seat-Mounted Side .Airbngs � L404 56 � Long bed in lieu of short bed $1,299.00� $1,299.00 ] C3 � lncli�c/es 99F ti�8 Engine cmd 163 inch ivhee/bcise � LSL I Left-hand pillar mounted 6" spotlight with clear halogen bulb, dealer installed $495.00 $495.00 DLR Z For Remo�e Go Lrght add ,8> 95 1 2SL � Left & right-hand pillar mounted 6" spotli�ht with clear halogen bulb, dealer installed $796.00 � $895.00 DLR Z VV � Vent visors - stick-on style $160.00� $225.00 DLR Z RS � Rainshields - flange style $160.00 � $225.00' DLR Z 96h � Bug shield $149.00 $395.00 DLR Z 54T � Trailer tow mirrors $139.00 � $139.00 54T Z Side til7rro�s .L/antra! Telescoping Trailer Tou u��Llarattal Glass (:�A ir�85A Painer Egt« pment Gro:ry) Reg and Serpercah on/}'. Inclttded irith 60m, 60p. �=JP Trai/er toir ntivrors are $23-1 a�ad required irith 8�u or mode( uper package � WGG � Wrap-around arille guard $1,296.00� $1,695.00 WGG z � TBX � Aluminum tool box $385.00� $495.00 �LR Z Srn�le Lrd Lockin� � 96p � Bedliner $349.00 � $349.00 96P � Bed iLlat irse ,SI-�9 � DEALER INST.4LL 30Q 00 � 96w � Spray-on bedliner (Rhino, Line-X or approved equivalent) $474.00 � $474.00 9C W Z For HD Linex Spr use $.i i 0� DLEALER /NSTALL �35.00 2 TOWHOOK � Tow hooks NA� NA 535 HD � Class IV hitch and ball $525.00� $425.00� 535BB 2 Class Ii'hitch and ba11 TRAILER TOH'PACKAGE (535 HD) Usage: Reqrrired/or mwing orer 5.000 lbs. Arailabilih�: Inch�ded on XL A1id. STX A�rd. XI.T A�id. and XI.T Lrcria�r • Op/ional on XL Base. STX Ba.re and XLT Base •S�andard on F_Y. Gnriat. King RanchrJ. Platinirm. Limiled and SG'T Rap�or lnchrdes: •7-pin irrring harness •Arcriliary �ransmission orl caa/er •Class !V �rarler hitch receiver •Selecj Shift Ti •Upgraded radia>or and ba/1 n�ou�at. bal1, pin and ch'p � 8kw � 8,000 lb. winch with remote $1.200.00� $1,695.00 DLR � Reqt�ires WGG 1 Bid Award Announcement (13-21-0904) 746 VEHICLE: �'-150 (X1C) DEALER: Duval Ford Duval Ford Don Reid Ford, Inc. Don Reid Ford, Inc. ZONE: '�' Western �Northern � Central '* Southern BASE PRICE: $17,452.00 $17,706.00 $17,590.00 $17,722.00 535 � Heavy duty towin� package up to 5,000 Ibs. with appropriate hitch $374.00 � $374.00 535 Z 1nc/udes_ • 7-�in irrring harness • AiU rliun h ansmfssion oi! cooler • Clnss 16' h�ai/er hrtch r eceirer • Se7ectShrftn Trai�sr»issi�n • Up� aded radia�or- � 60M 1 Heavy duty towing package up to 7,200 Ibs. with appropriate hitch $844.00 �$1,374.00 53599F 2 For Under- 7200 see abore option. This op�ion is for the !1�G9X TRAILER TOYY" P.aCkAGE— :1�G1A�LlAL AdIRROR (60:LI) .4railabrliry: • Opt. on .k"L Base Re�u/ar Cab No� arni/able �rith: •!26' » heelbase •.l1ux Trai(er Toiv Pnrka�e (60P) add �90 • Pou-er Eqsrrpment Groiep (85.9/ Reqzrires: • 3.SL EcoBoos�� En�ine (99Tj • 3.73 Irr�ritecf-slip azle • Henrr-Dartv Pa��load Pkg. (627) Includes: • 7-pin wiring harness • Azcriliai}� transmissrore otl cooler • Class Il'trarler hitch receirer • SelectShifi : Trnnsnrission • Srde mirrovs. hlack �nanunl telescoping. manua/ fo(ding trailer to�c w/mnnual glass • Trailer Brake Conn�oller • Upgracled radiaror • Up,��acled rear huntper � FTC � Fiberglass tonneau cover (painted to match) $1,495.00� $1,695.00 �LR � For Roll n Lock, or RETRA,Y bed corer� option, use $1396 � FCHT � Fiberglass cab high topper with front, side and rear windows (painted to match) $1,696.00� $1,995.00 DLR 2 942 � Daytime running lights $44.00 � $44.00'" 942 ' Immobilize daytime running lights Std N2 I Nitrogen filled tires including spare tire $196.00 � NA SPARE � Full size spare tire and rim Std� Std SSM � Midbox body option NC� NA Midbo.r pref� packnge. re�trires L=fO� �61ong bed (»m, d9e. 3lt) Ca/! dealei:for op�ro�is � DLR z Steel truck cap NA $3,995.00 CS � Cab shield headache rack (protects back of cab) $496.00 �$1,695.00' DLR z PRPU � Pipe rack w/expanded metal basket over cab (for pickup bed) $1,496.00� $1,895.00� DLR 2 Pipe rack w/expended metal basket over cab (for utility body) NA NA SLR � Single ladder rack side mounted (specify street or curbside) $646.00 �$1,795.00 DLR z 153 � Front license bracket NC� NC 153 Z Front I,icense P/nte Bracket (on upgrade pkg deletes standard I.ou�er Front Grrfle on 3.7L and S.OL engrnes) � 85H � Backup alarm, factory installed $99.00 � NA BUA t Backup alarm, dealer installed $130.00 � $125.00 DLR 2 76C � Backup camera with 3.5" LCD (rear mounted camera to provide wide angle field of vision $449.00 �$1,689.00 76C z at rear of vehicle) - factory installed Rear l'ieiv Cames•a (r�eg. 85A Pozver Egi�ipment G��ot�p: .YL Base IOOA also req. A,1�IiFA1 Stereo,�Sing7e-CD Pla��er� n%Clock (.iBB) as a standalofTe option or as package conte�7t irrth XG Pl:rs Parkage (61.�); nach�des compass display � � BUC � Backup camera with 3.5" LCD (rear mounted camera to provide wide angle field of vision $695.00 � $795.00� BUC � at rear of vehicle) - dealer installed Sid Award Announcement (13-21-0904) 747 PROPOSAL NAME: VILLAGE OF TEQUESTA DATE: OCTOBER 28, 2013 EMAIL: JMCCORKLE@TEQUESTA.ORG ATTN: JANET DEALER INSTALL OPTION WINDOW TINT $ 195.00 PER FSA CONTRACT# 13-21-0904 SPEC# 43 We thank you for the opportunity to make this proposal and will appreciate your acceptance. Acceptance of this proposal will not be binding upon us until this proposal is approved hereonin writing by an official of Don Reid Ford, Inc. Return of one copy of this proposal and your purchase order number constitutes your official acceptance. PO# Respectfully submitted DON REID FORD, INC. ACCEPTED: BY: FLEET MANAGER Don Reid Ford, Inc. November 14, 2013 2014 Ford F150 Purchase Order Agreement ADDENDUM Public Records: In accordance with Sec. 119.0701, Florida Statutes, the Contractor must keep and maintain this Agreement and any other records associated therewith and that are associated with the performance of the work described in the Scope of Services. Upon request, the Contractor must provide the public with access to such records in accordance with access and cost requirements of Chapter 119, Florida Statutes. Further, the Contractor shall ensure that any exempt or confidential records associated with this Agreement or associated with the performance of the work described in the Scope of Services are not disclosed except as authorized by law. Finally, the Contractor sha11 retain the records described in this paragraph throughout the performance of the work described in the Scope of Services, and at the conclusion of said work, transfer to the Village, at no cost to the Village, all such records in the possession of the Contractor and destroy any duplicates thereof. Records that are stored electronically must be transferred to the Village in a format that is compatible with the Village's information technology systems. �Ilage of Tequesta Date: '10/2/2013 Purchase Order Requisition Date Purchase Order is Req'd: 10/15/2013 (Not a Pur+chase Or+der) Department: Water Production "Revised November 14, 2011 R@Q. #: Quotes Received: (See Attached) Recommended Vendor: Vendor #: Vendors Bids ACF Standb S stems LLC ACF S#andb S stems LLC $42,510.00 Address: 9311 Solar Drive X lem $54,507.65 City: Tampa Hertz Energy Services $77,110.00 State & Zip: FL 33619 Comments: ManufJ Availabte Balance Item Descri tion Part# Unit Price Total Cost Account # Finance Use Only) Ba�dor Generators IDLC150-3J 1$ 42,260.00 $ 42,260.00 401.412.6fi4.600 240V, 2 Pole Breaker and Rece tacle 1 $250.00 $ 250.00 401.492.664.600 $ - � - $ - $ $ - - $ - $ - Total: $ 42,510.00 Finance/Administrative Use Onlv: The Departmenf Director's / Designee's srgnafure below certifies thaf (1) this pu�hase order requisition is complete and in compliance wifh the �llage s Purchasing Poliaes and Procedures and (2) all procurement requirements have been satisfred. De artment Directoc / Desi nee Si nature: Date: c �(� The Finance Department signature below certifies that (i) thi requisitio s been a roved by an authorized Department Director/Designee, (2) th t fhe correct account numbers have been used and (3) there is adequate funding in the accounts listed. Finance Si nature: Date: Villa e Mana er A rovaL Date: Village Council ApprovaL• Resolution #: Date: * �s•, "" '�"`''��"' • y'' � ACF STANDBY SYSTEMS LLC ,�' Ir ,I�� S'�al'1C��"JJ�/ S�/Stei'Yl$ 9311 SOLARDRIVE 5��^��, K ���t��«AS ,:�-• t'��4� TAMPA, FL 33619 �� � „��,, ;.. l,� US Quote Number Qnate Nante Quote Date E�piration Date Currency 13044-018-LD-B Tequesta 9/30/13 10/15/13 USD $ales Person Manufacturing Plant Quote Entersd:By Contact No. Lany Davis BALDOR GENERA.TORS Larry Davis 321-693-4935 . Quoted' To: Ship To (F'OB Factrny): Tequesta. Freight to Tequesta, Florida. Attn: Mr. Collings Fuel, Offloading, and sales tax not included. Line � part Descrintion Unit Price Eztended Total No. 000010 1 �LC 150- Baldor Custom 150 kW Generator Included Included 00002p 1 Internal Silencer Mounted Internally Included Included Silencer 000030 1 Tank / 14,000 Lb Tandem Axle Trailer with Integral 385 Ga11on �cluded Included Trailer Tank 000040 1 Freight Freight to Tequesta, FL Included Included 000050 1 Startup Onsite Startup provided by Factory Rep. Included Included To�l Quo�e: $42,260.00 000060 1 Recepta.cle 240V, 2 Pole Breaker and receptacle to be mounted and Add• $2�(1.OQ wired to Generatar Basic Configuration: IDLGInd. Diesel Liqnid Cooled Modei En ine Freauencv i Speed IRPM1 Ambient fMin/Max) Manufacturer IDLC150-3J John Deere 60 Hz / 1800 0°C / 40 °C Dutv / Alt Temq Rise Enaine Model Enqine Control Voltaae (DC) Elevation Standby / 125 °C 6068HF285 12 1000 Ft Genset Auencv EnclosureJ Mount . Aqproval Emissions Standard Fuel Tvae Method None Tier 3 Flex Diesel Enclosed / Skid Mounted Outqut Ratinq fkwlkva) Full Load Amps Voitas�e (L-UL-Ni - phase / Power Factor Connection 150 KW / 188 kVA 226 a 480/277 / Hi Wye Three / 0.80 . Additional Specifications: PRODUCT Emissions Application: EPA Mobile ALTERNATOR Altemator Regulator. MX341-UL Drip shield: IP22 Alternator Excitation: PMG Altemator Model Number: UCl274F-311 Alternator Agency Approvai: UL1004 ENGINE Engine Governor Type: Engine Mfr ECU Oil and Coolant Drains: Yes Cooiant Radiator. Unit mounted � Battery: Standard Starting Battery Battery Quantity: 1 Battery Type: G�aup31 Style 12V 900 CCA Min Cold Weather Package: No CONTROL Genset Controller: Intetlite NT Digital Controls Controller Low Coolant Level: Yes Paralleling version: No ENCLOSURE Enclosure Option: HPE Level 1 Sound Attenuated Enclosure material: Aluminum - Powder Coated Enclosure color: Baldor Almond - C9B Enclosure Logo: Standard Baldor Logo Enclosure Hardware Kit: Stainless Steel HW Key-lock G3 Intregrated Vibro Mounts: Included Additional Vibro Mounts_ Yes Vibration Isolator Type: Standard Spring Vibration Isolator Location: Under Genset skid - installed EXHAUST Exhaust Attenuation Grade: Critical Exhaust Mounting Method: Extemal mount for enclosure POWER CONNECTION Circuit Breaker. 1 1 Circuit Breaker Rating: 80°10 Thermal Magnetic 1 Circuit BreakerAmp: 200 a 1 Circuit Breaker Volt Frame: 600 1 Circuit Breaker Pole: 3 Pole 1 Circuit Breaker Mount Loc.: Unit mounted 1 Circuit Breaker Shunt Trip: Yes FUEL Fuel Tank Type: None � Fuel Tank Agency Approval: None • Flex Fuel Lines: Standard Manual Fuel Primer On Engine: Included Engine Primary Filter: 30 Microns � Engine Secondary Filter. 2 Microns Water Separator On Engine: Included Supplemental 30um filt/sep: No PRODUCT MANUALS Copies of Operating Manual: 1 WARRANTY Labor Warranty: 1 Year / 1000 Hours Parts Warranty: 2 Year / 1000 Hours TESTING Standard Test 1.0 PF: 1 hrs Comments/Suggestions: �+�''�-°�"� `�` , CORPORATE OFFICE �'� Ir"�' �C� �"Ec'�.11C��?�I' Si�/S'�b't'1'1S 9311 Solar Drive, Tampa FL 33619 �,�,��` ' ��p��� Ph:800-282-5359-Fax:813-621-6980 ��� '�'`�^�;.t;',v�r,u+u��^".'.�'��.. . • � • � � • TERMS Credit Terms: Standard credit terms are NET-10 days from date of invoice. Merchandise is shipped F.O.B. shipping point and invoices will be generated at that time. Payment is due no later than 10 days from invoice date. Charges not paid within 10 days are considered past due. Past due accounts are subject to suspension and finance charges of 1.5% per month, on the past due balance, with interest charges accruing from the invoice date. Orders over $50,000 are subject to progress payments of 25°/a upon order, 65% prior to shipment, and 10% net 10 days from date of invoice (not to exceed 90 days from shipment). Freight is induded only if specifically stated in the quote. If credit cards are used for purchases, then the portion of the purchase amount above $5,000 is subject to a 3% fee to cover credit card fees. Payment Terms: quoted terms are subject to Credit Terms contained in the ACF Standby Systems Credit Application documents and this document. (1 1/2% per month will be charged on past due accounts.) In addition, no retainage allowed unless accepted in writing by ACF Standby Systems; not to exceed 10%. Taxes are not included unless speafically stated in the proposal. Partial shipments: invoiced proportional to total quoted price, pavable 10 davs after Shipment/ACF Standby Systems invoice. • Note: If your job conditions or schedule resuft in partial or incomplete shipment of products and equipment provided by ACF Standby Systems, you wilt be invoiced according to the doffar value of the shipped items. These invoices then become due and payable 10 days after shipment and not when the job is completed. CONDITIONS OF SALE • All purchase orders must reference ACF Standby Systems quotation . All purchase orders must be acknowledged in writing by ACF Standby Systems to be deemed accepted. . Purchase orders issued with a hold for release date are subject to re-evaluation at the 6me of release. . Unless mutually agreed upon io writing, ACF Standby Systems WILL NOT accept purchase orders which: • o specify delivery dates that are not subject to manufacturer's lead-times o contain penalty clauses or liquidated damage clauses o require ACF Standby Systems t4 indemnify and hold 'harmless the purchaser, unfess tfie purchaser atso agrees to indemnify and hold harmless ACF Standby Systems o require ACF Standby Systems to pay any and all legal expenses for the purchaser in the event of a dispute o require ACF Standby Systems to be responsible for system design work and/or guarantee that a performance standard for a system will be met • o require completion and acceptance of the project by the owner before payment • Start and Test may be invoiced separately at your request, but subject to ACF Standby Systems partial invoicing policy above • Storage fees may be assessed if job site is not abfe to accept delivery on the requested date. • Initial Startup, Test, and Specifications are as specified in the proposal DISCLOSURES Deliveries: Offloading, placement and Anchoring of the goods shalt be solely customer responsibifity. All deliveries are Monday through Friday 6AM to 5PM. (Deliveries outside normal business hours will be INVOICED as necessary.) Permits And Licenses: Permit and license costs (AQMD, Fire, Building, etc.) are not inGuded. ACF Standby Systems, will provide information as necessary for the acquisition of permits and licenses, but dbes not assume any responsibility for obtaining any permits or licenses which may be required. Not a Contractor: ACF Standby Systems is a supplier of materials and related services; ACF Standby 5ystems is not a contractor. ACF Standby Systems will invoice you only for goods which are delivered. Cancellation: Cancetlation charges of 25% will apply if order is cancelled after accepted by ACF Standby Systems. Legal Remedy: tf legal action is instituted to coflect amounts owed or to recover materials or supplies purchased, the applicant agrees to pay all reasonable attorney's fees and appelfate attorney's fees and costs incurred by ACF Standby Systems. Venue for any litigation (and depositions} between the parties for any Gaims relating to debt collection for merchandise, supplies, or equipment purchased hereunder, or hereafter, shall be in Hillsborough County only. The parties do hereby waive their right to trial by jury for any litigation arising between the parties and any daims relating to debt collection for merchandise, supplies, or equipment purchased hereunder, or hereafter. In support of this application, ACF Standby Systems is hereby authorized to obtain credit and/or financial information ftom my/our bank(s), other financial institutions or commercial firms with whom Uwe have done business. It is understood that any such credit and/or financiat information will be held in strict confidence and used only in consideration of this application. Upon approval of this application, it is agreed that all purchases will be paid in fuU and in accordance with the terms of sa{e as stated an ACF Standby Systems invoices. Company Name Authorized Signature Telephone Number Date Title Rev.1.0a 08/24 � ��g Request for Taxpayer a�� r��, tfl � �eY. °�°�� 2°°� tdent�ffcation Number and Gertfflcation '�"��$`. °Q �O� DepartrneM ot t#�e Treasury 6Cf1CI t0 4f1@ IRS. �nume! Revenue 5wice Name (eS 9hawn ar� your income ta�t rewm) m ACF STANDBY SYSTEMS, LLC a Bus3neas name, ii rPtl(erent trom above a pBA ACF POWERGEN � a Chedc appropriate box: ❑ IndividuaUSole proprietar ❑�prpp�=ion ❑ Parinership � � � L3mited ifability companY. Enter the tax clessifkatbo (C�xllsregarcled entlty, G�orperatian, P=partnership) M.p ..._ ❑� '�� ❑ ����► � y A�fdress (number, street, and apt. or 5uite rso.) uester's e�nd add ( (j � � � a r � � x 931't SOl,AR DRIVE � cny, st�, ana zrp �ae � TAMPA, FL 33fit9 � i.ist accouM numher(s) here (optioaal} N • T r lderwtfication Number N Enter yaur TIIV in the appropriate box. The TtN prov�ded must match the narr�e given on line 1 to avoid �E �a+�s' ^�m�+' backup withhold(ng. For individuals, this is your sociaE securlty number (SSJ�. Hawever, far a resident ` ��� . aiien, soie proprietor, or disregarded erttity, see the Part I instructions on page 3. For ather entities, it is � yaur employer 3dentification number (EfN). If you do noi have a number, see How fo get a T/N en page 3. o� Note. tf the account is in more Yhan one nam8, see the chart on page 4 for gu'rBelines on wt�se Emplayer identtfication number number to enter. 2$ : 1240400 Certification Ur�der penaiYies af per�ury, ! certiiy that: 1. The number shown on this form Is my cflrrec# taxpayer identification number {or I�m waiting for a number to be issued to me}, end 2. I am not subject to beckup anrithhoid#rtg because: {a} f am exempt from backup withholding, or (b) I hava not been not�ed by the fniemat Revenue Sarvice {3RS) that ! am subject to backup withhokling as a result of a fa9lure to report al! interest or d'evidends, or {c) the IRS has natifiad me the3 7 am no longer subject to bacicup wfthhoiding, and 3. I am a U.S. citizen or other U.S_ person {defined beiow). � Certffication instr+uct3ons. You must cross out item 2 above if you l�ave been notified by the iRS that yau ere currenty suD}ect to baokup withholding because you have #siled to repart ati iriterest and dividends an your tax retum. For real estate ttansacttans, item 2 does not appfy. For mortgage interest paid, acquisition ar aba�donment af secured property, cancellation af debt, contributiosrs to an individual retiremen! arrangement (IRA), and generaity, paysnents other than €�teresi and divWersds, you are not �equired to sfgn the Cer#ification, but you must provide your correct ?1N. See the in dions on p�qe 4. Sign stgnsume ot Hgre u.s. para�on ► aa�e s Genera! Instruc#ions a����+ o� � u •g. Ae+'san. For federa� tax purposes, you are consiclered a U.S. person if you are: Section references are to the Intemat �tevenue Code untess � qn individual wha is a U.S. citizen or 1i.5. residem alier�, aiherwise noted. • A partnership, corparation, company, or assaaiatian created or Purpose of Form or�anized in the United Sta#es or under the faws of the United A person wha is required ta fite an infarmation �etum with the Sfates+ !RS must obtain your correct taxpayer identif(cation number (tI1Vj � Ari es#ats (ather than a fareign esta#e}, or ta report, for exampte, inaane paid to you, reat estate + A domestic trust {as defined in Regalations section transactions, moRgage interest you paid, acquisiiion or 304.7701-7j. abandonment of secured property, aanoeilation af debt, or con#ributions you made to an lFtA. ��� �� f�' P���hips. Pa�[nersfiips that conduct a trade or buslness in the United States are generally required to Use �arm W - 9 only ff you are a U.B. person ¢ncludtng a pay a withhoiding ta�c an any foreign partr�ers` share of income resfdent alien), to provfde your correct TItJ to the persan from such business. Further, in certain cases where a Farm W-9 requesting it (the requester� arnf, when appiicable, to: }�� not been recEived, a partnersh�p is requErec4 to presume that 1. Certify that the TIIV yau are giving is corraei (or you are a partner is a fare+gn persan, and pay the wittsho�dfng tax. waiting for a number to be issued), Therefore, if ynu are a U.S. person that is a partner in a partnership conducting a trade or bus{ness Irz the Uni#ed States, 2. Ceriiiy that you are not subject to baCkup withholding, or provide Form W-9 to the partrtership to establish your U.S. S. Claim exemption from backup withho{dtng if you are a U.S. status and avoid withholding on your share of partnership exempt payee. If applicabls, you are also certitying that as a ����e, U.S. person, your aifocabls share of any partnersfup income irom �� �Q�on who gives Form W-9 to the partnership for a U.S. trade or business is not subject to the withholding tex nn ��oses of establishing its U.S. sta#us and avoiding withholdi�g forelgn partners' share af eifecti�ely cannac#ed income. on its aliocable share of net i�come from the partnership Note. if a requester gfves you a form.o�er than Farrn W-8 to conquoting a u�ade or business in the United States ts 1n ihe request your TlN, you must use the requester's forirt it ii is fotiowing cases: substantially similar to this Form W-9. s The U.S, owner af a disregarded entity and nat the entky, r,�c. No. 4or�ix forns �{Ra�r. 10-2007) �� � 202 Winston Creek Parkway Lakeland, FL 33810-2866 �.et`s Sc��ve V�ll�t��' Tel: 863-682-8800 _ _. _ __ _ _ _ _ _ __ . . godwin � �..�. Fax: 863-682-5200 www.godwinpumps.com September 9, 2013 Mr. Nate Litteral Phone: 561-768-0490 Village of Tequesta Email: nlitteral@tequesta.org 901 N. Old Dixie Highway Jupiter, FL 33469 Sale Quotation 119008331 Dear Mr. Litteral: . .. . Thank you for your interest in Xylem Dewateri.ng Solutions and the products and services that we provide. Attached is the quota.tion for a 104kW genera.tor mounted on a road going trailer and enclosed in critically silent housing. You might notice the "-R" in the part number. This indicates that a model is "engine limited." Not a11 104 kW generators are created equal. All generators rated at 104 kW will eventually be able to put out 104 kW of electrical power. However, where they differ is in their ability to withstand the starting event of an inductive load (motor start). . When a generaxor is "generator limited" it means that there is a limit to the amount of peak amperage that it can withstand before tripping off li.n.e. If the starting event of an inductive load is too great, the genera.tor will not be able to supply electricity fast enough during the starting event and will firip off line. This condition is called "generator limited" because the generaxor is limiting the axnount of electricity that can be produced and distributed during the starting event. When a generator is "engine lixnited", the generator itself is sized to be able to snpply the amount necessary for the starking event of an inductive load; therefore the limiting factor now becomes how much horsepower is available from the engine to keep the generaxor running at a constant speed. Therefore, two 104 kW generaxors may be quite different in their ability to start motors of the same horsepower, based on the genera.tor's internal construction. Godwi.n sells. and rents the "engi.ne limited" generatars. Godwin builds a machi.ne that contained an enhanced genera.tar for our customers because in the past, rental genera.tors have retumed from rental with fried genera.tor cores. The customer overloaded the generator. The engine survived but the generator was fiied. These fri.ed generators were "generator 1'united". By usin,g an "engine limited" generator desi,gn, the frequency of fried generaxors is almost non-existent. The genera.tors (if sized conectly) will survive. If they are undersized, the engi.ne will bog down and trip off before the genera.tor gets fried or the engine gets damaged. The Godwin Pawer generator will be able to start a larger HP motor than our competitor`s generators. Home Office: 84 Ffoodgate Road, Bridgeport, NJ 08014 • www.godwinpumps.com •(856) 467-3636 •(856) 467-4841 Se�tember 9, 2013 Village of Tequesta Attention: Mr. Nate Litteral Sale Quotation # 119008331 Page 2 of 4 Building generators to be "engine limited" costs us more, but will provide us with a more reliable and cost effective machine for our customers. Godwin gen.erators axe custom made to order, so deliver is 6-8 weeks ARO. Please contact me if you have any questions. Sincerely, ,. fr. !a �`. � ' ' �.4 • . _ •� > � Andrew Chapman Outside Sales Representative AC / sp S�ptember 9, 2Q13 Village of Tequesta. Attention: Mr. Nate Litteral Sale Quotation # 119008331 Page 3 of 4 s�:� �uii�e��r� , . ,. , ; � � �AI,.E IT�1VI QT3� ��SC��' $RIG.�, TOT� A 1 MISC. PART FOR SALE $ 54,507.65 $ 54,507.65 • Godwin Power Model GHI'104kW-R Generator John Deere PE4045HFG93,IT4,water cooleri diesel � engine.Road Trailer with integra1342 gal fuel tank 2Amp Batt Charger, Interior Panel Light : NET SALE TOPAL $ 54,507.65 Please note all sale pricing is in U.S. Dollars. The price does not include freight, ezport boxing, duties, tazes, or any other items not specifically mentioned. ' This pricing infomiauon is for inroernal use only. We ask that H�ese items and terms be kept can5denriai. All applicable tax and freight chasges will be added to mvoices. All quotations aze subject to credit approva], All quotations are valid for 90 days. All ptices quoted ia US dollars. � R Office: (305) 592-5770 Branch #: � , �Q 358 Fax:(866)214-9387 Cell: (305) 747-4869 ,, Energy Services Eme,,: R�a�so���e�.�� Sales Rep: 375 Date: 10/1/2013 � Quote Valid until 11/1/2013 Heriz Energy Services thanks you for the opportunity to provide the attached quota6on. We look forward to fulfilling your temporary powedHVAC application needs. Please contact us if you should have any additional equipment needs or questions. Customer Information Job Site Information Name: VILLAGE OF TEQUESTA 1ob Name Acct #: 1159060 Quote # Contact: JOHN GOLLINGS Address: Address: PO BOX 3273 Ci , State: Ci , State: TEQUESTq, FL Zi ; Zi : 33469 Contact Phone: (561) 262-4341 Phone: Fax; Additional Cell: Contact info ' Email: JCOLLINGS TEQUESTA.ORG Delive Date S ecial Delive /Picku instrudions Job Start Job End Picku Date Unit Unit of Estended Q Descri tion Part Number Price Measure Price 1 WACKER G180 W/TRAILER NEW(1-2 WEEKS) 77,110.00 Ea 77,110.00 180KVA/7 44KW ALL UNITS ARE DUAI-VOLTAGE: ! 120/208 120/240 277/480 FREIGNT ESTtMATE : $2,200 Sub Total 77,110.00 Transportation Charges Sales Quote is valid through: 11/01/13 Estimated Ta 0.00% 0.00 Estimated Total $77110.00 TEQUESTA 30APR2013V2 ACF Standby Systems LLC November 14, 2013 Water Treatment Plant Portable Generator Purchase Order Agreement ADDENDUM Public Records: In accordance with Sec. 119.0701, Florida Statutes, the Contractor must keep and maintain this Agreement and any other records associated therewith and that are associated with the performance of the work described in the Scope of Services. Upon request, the Contractor must provide the public with access to such records in accordance with access and cost requirements of Chapter 119, Florida Statutes. Further, the Contractor sha11 ensure that any exempt or confidential records associated with this Agreement or associated with the performance of the work described in the Scope of Services are not disclosed except as authorized by law. Finally, the Contractor shall retain the records described in this paragraph throughout the performance of the work described in the Scope of Services, and at the conclusion of said work, transfer to the Village, at no cost to the Village, a11 such records in the possession of the Contractor and destroy any duplicates thereof. Records that are stored electronically must be transferred to the Village in a format that is compatible with the Village's information technology systems. � North American Fleet Vehicle Release Record/Short Term Demonstrator Loan & Evaluation Agreement PLEASE READ CAREFULLY BEF(9R1� SIG=VING i. I agree to use and return the vehicle described below on or before the date s ecp ified in accordance with the terms set forth herein, including the terms of the FORD Pv�OTOR COMPANY DEMONSTRATOR VEHICLE LOAN AND EVALUATION AGREEMENT attached hereto and 'ancorp�orated hereiai. If I am unavoidablv detained, I will notify the Ford National Account Manager, Government Account Manager or Ford F'leet Representative who released the vehicle as soon as possible. 2. I agree to return the vehicle in good (clean) condition. It needs to be vacuumed on the inside and washed on the outside, with a full tank of gas, so it is ready for immediate pickup by the next user. 3. I agree to not transport animals in the vehicle, except in a cage or appropriate travel container, and I agree there will be no smoking in the vehicle at any time. 4. I agree to take responsibility for the actions of all drivers while I'm in possession of the vehicle and I agree that all drivers will have a valid Drivers License, will be at le�st 21 years of age, and will comply with all applicable local, state and federal laws. 5. I will take all precautions to ensure the safe use of this vehicle, including, but not limited to the use of safety belts as required by law in most states. I agree that I will be aware of and avoid activities that may inappropriately distract from the driving task. I agree that whenever practicable, I will ensure all drivers using Mobile Communications Equipment (MCE) will use them through hands-free systems like SYNC, while driving. MCE includes, but is not limited to cellular phones, pagers, portable email devices, text messaging devices, and portable two-way radios. 6. I agree a11 drivers will refrain from using a hand-held MCE while driving, unless they are operating the MCE through a hands free system like SYNC, or unless such us� is specifically for emergency situations or emergency response; MCE devices tkiat do not require dialing, such as two way radios, may be used for limited communication between vehicles that are involved in convoy type vehicle testing. 7. I agree all motor vehicle pazking and mo�nng violations will be my responsibility. 8. I agree the vehicle will be locked when not in use and never left unattended while the engine is running or when the keys are in the ignition. 9. In case of inechanical problems, I will contact Ford Roadside Assistance at 1-800-241-3673, and have the vehicle taken to the nearest Ford or Lincoln Dealership, to ad`�ise the dealership the vehicle is covered under the Quality Fleet Care Program (QFC) for repairs. 10. I agree to get a police report for all accidents and return the police report along with a completed accident renort (Form 511 for all damage incurred while the vehicle is in my possession. 11. I agree that I have insurance, or will obtain insurance with at least the minimum limits required by the state in which this vehicle is located. Such insurance coverage shall protect the Borrower, Ford and any person using, operating or otherwise having an interest in the Vehicle and shall also meet the requirements of any so-called "no-fault" law now in effect or which hereafter may be enacted. 12. I acknowledge use of this vehicle does not violate a policy within my company or employer. VEHICLE & OTHER PER�'INENT INFORMATION THAT MUST BE COMPLETED: Tag No: License Plate No: Description• �• Pick-up Date: Retum Date: Released to: Driver's License # (s): ,_ � ' "�°"`"� Li numbers for all drivers must be listed) Company: �. `�" ° � =- `� �._ _ "�� '� PhoneNo: �(��H '�l� �c� �%- �: � Se �,i Signature: ` — �`"Date. ��, �rJ. � N "-'., � V"EHICLE MAY NOT BE TAKEN INTO MEXICO OR CANADA V6'ITHOUT EXPRESS �� RtTTEN PER��SSION BY YOUR FORD ACCOUNT MANAGER. L�IIT MUS'� 1BE RFT�'�NE1� �C�,E�?�' I?vSI�D� �'� OLJT, WITH �. FULL TANK OF GASOLINE Release Authorized by: Date: Phone #: E-Mail Address: it evised �/24/2013 (ll'revious dssues iYi.vl aiC7A �� USiE17) _ � ���.�..-. FORD MOTOR COMPANY DEMONSTRATOR VEHICLE LOAN AND EVALUATIOIV AGREEMENY In consideration of the mutual covenants, ��romises and undertakings set forth below, Ford ac�d Borrower agree as follows: 1. Demonstrator Vehicle Loan: Ford shall register in its narne, pay for the registratson and titling, and make available for Borrower's use, Vehicle(s) to be ider�tified by Ford in writur�g prior to delivery of the Vehicle(s). 2e Bailment: Ford and Borrower agree this Agreement shall constit�te a bailmer�t of the lAehicle to Borrower. 3. Borrower shall utilize the Vehicle for the purposes of evaluation as s�ecified by Ford from time to time. The Vehicle shall not be removed from Borrower's control without Ford's prior written approval, other than for delivery to Ford. The Vehicle shall remain the property of Ford and Ford shall bear the risk of loss or damage that occurs to the Vehicle, except for loss or damage arising from Borrower's negligence or abuse of such Vehicle. The Vehicle shall at all times be properly used and maintained by Borrower and shall be marked "Property of Ford Motor Company". Ford shall have the right to enter ��nto Borrower's premises at reasonable times to inspect or remove the Vehicle. 4. The Vehicle shall not be rerraoved from the United States, without Ford's prior written approval, for any reason other than for delivery to Ford. If travel outside the U.S is necessary, Borrower shall request permission in writing from their Ford Fleet Representative. 5. Taxes, Fees, and Other Permits: With regard to taxes, fees, and other permits imposed in connection with the use and operation of the Vehicle, payment and responsibility shall be distributed as follows: Ford shall: a. pay for the registration and titling of vehicle (see Section 1) b. pay any taxes or fees currently in force (and all increases therein) or which hereafter may be enacted and become due and payable during the lease term with respect to the Vehicle or its ownership, possession, rentai, transportation or delivery. c. pay er�issions tests, and all sales, use, excise, personal property, state, an� pr�vincial ta :es, d. obtain and provide Borrower with all necessary authorizations, permits, waivers or exemptions that may be required from a government agency to operate the Vehicle on public highways. Borrower shall: e, pay any tolls or similar usag� fees resulting from operation of Vehicle. f. use, operate, and test the Vehicle only in accordance with the terms and provisions of any such authorization, permit, waiver or exemption, and expressly agrees to indemnify and hold harmless Ford from and against any a.nd all damages, suits, actions, clairr�s, costs or expenses arising from, or connected with, any violation or noncompliance with any of the terms and provisions of any such authorization, permit, waiver or exemption by, or resulting frorra the action or inaction of, Borrower or any of its agents or employees. g. be responsible for any fines levied as a result of moving, par9cing, tol�, or similar vehicle violations and any associated late fee:� or charges. h. notify Ford as soon as possible of any accident, loss or damage involving the Vehicle and provide Ford with any necessary inf��rmation relating thereto. �e�ised 7/24/2�1� (¢�✓:oas :ss;;es P✓:A.' N�':' �E JSED) -- 6. Maintenance and Repairs: Ford shall: a. make all major repairs necessary to maintain the Vehicle in good working order and condition. Title to all such repairs shall vest in Ford. b. repair or cause to be repaired said vehicle(s) while in use by Borrower; or if in Ford's opinion repairs are not practicable, replace unit with a similar vehicle. All repairs and servicing shall be done by qualified service personnel at authorized Ford or Lincoln dealerships. c. cover vehicle under Ford's Quality Fleet Care (QFC) Program. Under the QFC Program, Ford shall, at its expense, provide or cause to be provided required scheduled maintenance service on Vehicle(s), as set forth in the Vehicle(s) owner guide(s) and maintenance log(s), provided the scheduled maintenance is performed by a Ford or Lincoln dealership. QFC will cover vehicles in the U.S. and those traveling in to Canada, but not Mexico. Borrower shall: d. inspect the Vehicle upon delivery and by acceptance thereof is deemed to find the Vehicle in good working order and condition. e. shall maintain the Vehicle iro good working order and condition, properly serviced and greased, and comply in every respect with this agreement, and of the manufacturer's owner manual that came with the Vehicle. f. reimburse Ford for any rep,airs caused by abuse, misuse, negligence or intentional wrongful acts of Borrower. g. provide or cause to be pr�vided at its own expense, any repairs or service not completed at authorized Ford or Lincoln dealerships. h. Will not be reimbursed for any payments made for any repairs the vehicle not authorized / approved under Ford's Quality Fleet Care (QFC) Program or those completed by a non Ford or Lincoln Dealership i. pay for all gasoline and for all washing, parking, garage, highway road service, tolls and fines required or incurred in connection with the operation of the Vehicle, 7. Indemnity: Borrower shall defend, indemnify, and save harmless Ford and its subsidiaries and their respective officers, directors, agents, and employees (hereinafter collectively called "Indemnitees") from and against any and a�ll losses, damages, claims, actions, costs and expenses, including, but not limited to, fees and expenses of legal counsel and expert witnesses, that may be imposed upon or incurred by or asserted oi° entered against the Indemnitees, or any of them, by reason �f actuai or alleged: (i) Injury to or death of persons (including, without limitation, any employee or employees of one or more of the Indemnitees or of Borrower or of one or more of its contractors, subcontractors, vendors or agents); (ii) Loss of or damage to the property of any person or legal entity (including, without limitation, any property of any employee or employees of one or more of the Indemnitees or of Borrower or of one or more of its contractors, subcontractors, vendors or agents); or (iii) �olation of any law, c�rdinance or regulation of any governmental authority (iracluding, without liralitatiori, the United States of America or any of its states or localities, or Canada or any of its provinces or localities) by Borrower or by any of its contractors, subcontractors, vendors, agents or employees; �Zevised 7/24i2Cli (r �ssues t�?f�'I N�DT ��, JSr�Dj ` �.� ' `9'; as a result of or arising ou� of or in connection with the testing, evaluation, possession or use of the Vehicle, by or on behal� of Borrower or others permitted by Borrower, or the condition thereof; provided, however, the foregoing agreement to indemnify and hold the Indemnitees harmless shall not be applicable to �he extent that any such loss, damage, claim, action, suit, judgment, decree, order, cost or expense are attributable to the sole negligence or the willful or wanton misconduct of the Indemnitees. Borrower shall promptly notify Ford of any event covered by this Paragraph of which Borrov�ver has actual notice, and Ford shall be entitled to participate in the defense of any claicn for expenses. Neither Ford nor Borrower shall be Isable for any failure in performing any provision due to fire or other casualty, labor difficulty, governmental restriction or any other cause beyond its control. Borrower specifically warrants the Vehicle is not critical to the operation of its business and the loss of use of the Vehicle (and Borrower's vehicles for the time required to install or remove such Vehicle), for any reason whatsoever, will not have a material adverse effect on its business. IN NO EVENT SHALL FORD BE LIABLE FOR ANY LOSS OF PROFITS, OTHER CONSEQUENTIAL DAMAGES OR INCONVENIENCE DUE TO EARLY TERMINATION OF THIS AGREEMENT, OR ANY THEFT, DAMAGE, LOSS, DELAY OR FAILURE OF DELIVERY OR DEFECT OR FAILURE OF THE VEHICLE, OR TH1= TIME CONSUMED IN RECOVERING, REPAIRING, SERVICING OR REPLACING THE SAME, 8. Delivery and Return of Vehicle: Ford shall arrange for the delivery of the Vehicle to Borrower. Ford shall not be responsible for any delay in delivery of the Vehicle. Borrower shall return the Vehicle to Ford, at a location designated by Ford, clean, in good condition and repair. Borrower shall not smoke in the vehicle, and should return it with a full tank of fuel. Ford may terminate this Agreement effective immediately upon written notice to Borrower, in the event Borrower fails to adhere to the terms and conditions of this Agreement. 9, Publicity: Neither party hEreto shall identify the other party as a joint venturer or otherwise characterize the arrangem�nt between them as anything other than a bailment, To the extent permitted by law, Borrower shall not disclose or publicize to any third party: (a) any description of the ��el�icle, techr�ica! spec9fications ar other informatior� about the Vehicle; (b) the nature or terrns of this Agreement; or (c) the results of any testing, inspection or evaluation of the Vehicle by Ford or Borrower without Ford's prior �nrritten consent. Borrower shall take the necessary steps to familiarize all appropriate employees of Borrower of its obligations under this paragraph. Neither party shall use the other's name or logos, in whole or in part, for any purpose whatsoever, specifically including but not lirr�ited to any written, oral or pictorial endorsement, testimonial or advertisement, whether actual or implied, without such other party's prior written approval. 10. This Agreement will be governed by and construed and interpreted in accordance with the laws of the State of Michigan. 11. To the extent that a provision of an Exhibit conflicts with a provision of this Agreement, THIS AGREEMENT SHALL SUPERSEDE THE EXHIBIT. Revised 7/24/2013 (Previous Issues MA�I NOT BE USED) Ford Motor Company November 14, 2013 Short Term Demonstrator Loan & Evaluation Agreement ADDENDUM Public Records: In accordance with Sec. 119.0701, Florida Statutes, the Contractor must keep and maintain this Agreement and any other records associated therewith and that are associated with the performance of the work described in the Scope of Services. Upon request, the Contractor must provide the public with access to such records in accordance with access and cost requirements of Chapter 119, Florida Statutes. Further, the Contractor sha11 ensure that any exempt or confidential records associated with this Agreement or associated with the performance of the work described in the Scope of Services are not disclosed except as authorized by law. Finally, the Contractor sha11 retain the records described in this paragraph throughout the performance of the work described in the Scope of Services, and at the conclusion of said work, transfer to the Village, at no cost to the Village, a11 such records in the possession of the Contractor and destroy any duplicates thereof. Records that are stored electronically must be transferred to the Village in a format that is compatible with the Village's information technology systems. 51 E 1111 E IV S I�d��$� A�ga�st � 6, 2� f 3 l�s, l�fl�he��e �'���aa�� �flfl�age of Teq�aes�a ��� N. �flx�e ��ry. 'I'equesta, �'L, 3346�-0273 ��aflYa ��e��aultn,teqa�esta.org �E; F9'�'�Ft��E�➢ PEROXiDE MOIVTFiLY EQIJIPME1Vl' FEE �e�r 1@/�s, T�a�°flau1�: Sierr�ens Water Tec�hnologies would like to thank the Vi�lage of T'equesta for the opporturuty to �om�ti�ue p�ovicling 50% hydxogen pexo�ade and the feed equipment for your odor and corrosion conta�ol �eeds. �'he �a��thly pa°�ce for the hydrogen perox�de feed equiprnent �ental will remain the sarne at $75�,00 �er ra�ontY�, "Tk�is prici�g will be iri ei�ect #�o� October l, 2013 tlhroaxgh Septerriber 30, 2014. l�lll Teraais a�d Condit�ons are peb �he exnstu�g cont�°act, �I'he �bove pricing does not �clude any appl�ca�le taxes, S�ernens Wate� Technol�gies L,I,�C �vflll p�°ocess yo�r order when we receive acceptance of this renevval by signarig belovv and retLaa w�th yo�r p�rchase order number, If you have any q�x�stions, o� r�eed a�y acYdflti�a�aB �oa ple�.s� gbve �e ��al� at �352) �04-57060 �'�aa�ak y�az �oa° yoa�� ass�sta�ice and fo� y�u� co�at�aaed fl��s�aess, S�cerefly, �aeaaae�as W��ea° '�°echnolog�es Y.I�C �� a�� �1��'a�'� �aa�e 1����1�� �afles 11Zep�ese��at��re �,ccep�ec� by: � � ��aa� �„�daa� �� � -� ._�� ��'� � - , 2��3 ��: _ � � �'�� �itae: : �" I � `� , F'��: ° ` `. �i�mer�s UU��er y echnologies a LC 2650 Tallevast E2oad �el: +1 941-355-2971 Bndusrn� Sector ��rasota, �L 34243 �ax: +1 94'I-359-7985 �9 SA vwvw. siem �ns. com /vvater Page 9 oF 1 Siemens Hydrogen Peroxide Monthly October 3, 2013 Equipment Fee Contract ADDENDUM Public Records: In accordance with Sec. 119.0701, Florida Statutes, the Contractor must keep and maintain this Agreement and any other records associated therewith and that are associated with the performance of the work described in the Scope of Services. Upon request, the Contractor must provide the public with access to such records in accordance with access and cost requirements of Chapter 119, Florida Statutes. Further, the Contractor sha11 ensure that any exempt or conf'idential records associated with this Agreement or associated with the performance of the work described in the Scope of Services axe not disclosed except as authorized by law. Finally, the Contractor sha11 retain the records described in this paragraph throughout the performance of the work described in the Scope of Services, and at the conclusion of said work, transfer to the Village, at no cost to the Village, all such records in the possession of the Contractor and destroy any duplicates thereof. Records that are stored electronically must be transferred to the Village in a format that is compatible with the Village's information technology systems. ��# NOZZLE NOLEN, INC. ���n� �� ����- # ���u�a� ���� �o�u �������o�� ������� ��� �w,�oz���u�����o��� ���o� ������� ����o�� ���.� � �u���a���� c������ ��tr� �ffff����: �IF��6ass V�2s. �I '.�ao7 � �"�; IE�s�mrun4 0�#.E �����96��" V�a9��D9�h�fVA�"��V'� �23en,n�r � �'i�� �0l1i&e9�B�s'���.���� .������� OP�9���P�dti�-��i"O�P+V � ����� ��`��� �� �a � ws� b� � �..�°''<i'� -- --- - RS� M' LAST FIRST M3 �� 9 � �. ���; �. � . �.�t;`����, ,`° SERVICE STRE� ADDRESS STREE' AD�7RESS �,�u�E � �� �-S'� �`� °-�, �� CI� ZIP CODE ,r,:�! ZIE' CJD� �N °" � d ��s' �' r� �i HOME PHONE WORI. PHONE CELL P'HONE I ENqAIL ADDRESS V�P ����99CIE �PEC9F9CAT9Q�6VS: All plans ex�lude Wood Desiroyir�g a�rgarais�a� �no� L�vi,�u� �: ��rea�a9rac�a���9 �es�. Flease ask us about our Termite Proieciion Programs and Super Turf Lawn Care Packages. � v�ff' PP�4�'1�9�9M P�a�9 —(lNSI�E �I�1D OflTSfDE 5Et3VICE) � Monthly ❑ Ever�� Other Month ��uarte� ly ❑ AN.Z PES i S COVERED: F�II :';nt Species, Roaches, Silv�rfish, Spiders, Bees, Wasps, Rats, Mice, Fleas, Ticks �nd E:�rwigs, Some An�_ species may require an additia� �al shrub and/or fawn care program for iull controL (�ire, Bighead�d, i�,rt�ire footed, Garibbean and Carpentei� ants, e��c.) �ees will require additional iee for removal of hive. Rats and Mice wil! require addi[ional fee ror exclusior�, sanitafion, and/or bai�i si��ios7s. Ff�as an� Tic!<s wili require additional lawn care pro�rair for iull control. �'��orov�su�e ��a��$u�m� ������vo ���u�rr�ct vviRO 9ae g�e��vu�edl 2�� o�� ��s� �m y�aa �E�ac as 9�n�a� as �B�$o�aaaotru sea�6r2 os mro�um��u�o�.o9 �au� �� � s���amu��� ��7u� �G��� PLARR —��99�°�9�� O�l9@��/ IIVSIF�� AS EV�E�ED� [I� Monthl�� � Every� Oiher Month � G�uar��rly ❑ AN.'L �'�S � S G�VER��J: Ail E\ni Species, Si(verfish, Spidei�s, Ul�asps, Earwigs and Roaches. �ES E S IV� i C01��REt;: r�aTs a��d Mice, �ees, �=1�as and I icks. (Some �1nt Speci�s may rec;uire an addiiional shrub and/or lawn care program for full conirol (Fire, Bigheaded, White fcoied, Caribbea� a�c! Carpen��� �:i�is, e�_c.j ��'9� 59�90�G� 6'i�:6•� —(G��lTS�D� �NLY fIVSdDEA� NEEL?�D) � Every Other Month ��uar��rly ❑ aN.t �ESTS C�i/�RG�: �.�iiost I�r�ts, Pharaoh Anis, 61ack Crazy Ants, Roaches, Siive�fiish, Spiders, Wasps and EaE�wigs. F'ES i S Nt� y CC�`,'E�EC�: Rviated Crazy, W{�ite foot�d, Fire, Bighcaded, Caribbean, Carpenter An�s, i�,ats, Micc-, �ecs, �f�as �:�ci y icl.s. � �C:Q.DQ�E3�°� ��P°B�EDQ.9�� �3�l��� ad'0�� u � ,�/af�. �=E�. � ��Jd�=�R. ��?I� M�i�° ���� J�9�°! ���. ��Ps. � ,���. � ���'v. �' �E�. as �������e�� �ilf a°e�cva'sr ur� �u"fi e�� for 1 �eaic P�e�innia�ag � ; ��� �r]���,� - ,r��, , ��� ���9�0�V�6��. �IE� i�� �O��ff�E� Pa�1P'6�E��9�E m ��E1/I� 6 O�°�9��?�i� ��1��4��� �i�1�1���� �P�� ���`�� � E?ats and Mice ��'eas� in Adua.nce (6% Disc�u�;t} �I����I�P�91��01� � Bees/Hornets p� �;utcrn�tic Debit (ACHj Vr���iial �reatrnes�: ��_._._ � g���� sMus� Fili Oui .�orm) �ec�. Sesv. �-ee x�� visiis � �� ��icks I I�.�.� (l��s� ,�;7I �ui r�r.�� Discour��t � � Birds/?igeons fl,��l, �.Q.�. Sales �a;: � � Fl;i �ontro: � On ReceiN: oi S�4�e� ��e:��: � Mosquite 1'ear in �dv. (6% disc.) � a cta! � st `Pea; s �ost � .� �� �V�L��B/A@. 9dt9�°d'�$UC°�9���a ! ,�d Q, � fl s �5:�`� a�Yi �c� � �.('4� a� ���`�' �'�9 ��`��es�'�.: �`��a 3.�a ���" �A°6�a�_ra��2�'b�a ���' �ra' .3�•'��� . ���5'�a� ���, Y�€�:� a.d11� .��.r'n ��� ! �1��. ,� '� aC�% � � �`a,. E a�.� �. c�b�°=1.3 "�� �1� ���'�� ��� l HAVE I�EAD AND UND RSTAND THIS ENTIRE AGPEEMENT INCLUDING ADDIT10iVAL TERMS ON REVERSE SIDE '�- q �� � � ' r,_,�"? � � i�'sn3 i °� �l 1f " " � � � ��� CUSTOMER SIGNATURE DATE iVG71LE NOL°_iV REPRESeNTATiVE �— 9 ° � .�"r�,'�,>'' �� �/���`,�' PRINT NP,ME AUIOUNT COLLECTED CHECf: # SERVICE # ADDlT�O�iAL TERNIS AND CONDITIONS MATERIALS: The materials used shall confarm to Federal, State, and Local ordinances. The A.N.T. Program uses aQ naturai products on the interiar of the home. YOUR_COOPERATION; Your cooperation is important to ensure the most effective results from Nozzle Nolen, Inc. !n the event you have to reschedule the service, please notify Nozzle Nolen, Inc. within 24 hours in advance. ACCESSIBIUTY: Please make sure petslanimals are secured and accesses to the property/gates are unlocked for service. If for any reason the pets are not secured and/or the gates are locked, prohibiting access and preventing service from being performed, the service amount will be due fro�» the custamer. We will not be obligatetl to make up or adtl an additional service at the property. DAMAGES: This agreement does not guarantee against, and Nozzle Nolen, Inc. shall not be liable for, any consequential damages of whatever nature, including damages to persens, animals, or property resulting from fire ants, pharaah ants. carpenter ants, rodents, spiders, or any other pests andlor chemica! applied to control that pest. REMEDIAL MEASURES: Cirr,umstances may warrant adtlitional work to install and initialize the VIP Platinum Plan. Proximity t� existing Rodent Harborages andior existing infestations may require remedial measures to be performed at the beginning of this agreement. Such conditions shall be described by the Nozzle �Jolen �epresentative and approved by the customer. If the customer does not want some/a11 of these measures dealt with, Nozzle Nolen will not guarantee those pests far more than 30 days after initiation of the contract. These additiona; services will be a separate charge and written on a separate agreement, and must be approved by the customer before the services are performed. TERMS OF SALE: In consideration of the abave service packages. the undersigned agrees to pay in a timeiy manner. The initia!/first payment is due at signing of the agreement. Service rnay have tax included, deper.ding on local, state law. Terms oi saie are net at the time of service. A 1.5°%� per month, (18.00% an�}ual) service charge will bs imposetl for delinquent accounts. Buyer may cancei this transaction (in writing) at any time prior to midnight the thirtl business day after the date of this iransaction. The buyer acknowledge� that he/si�e has read and understootl this agreement and wift abide hy its terms. The �`Auto Debit" payment plan authnrizes Nozzle Noien, tnc. to automaticaliy withdraw the monies due after eac.h service is rentlerecJ. Checks returnetl for any reascn +rrill be cnargeci a S25 reprocessing fee. �lecsssary price adjustments may be negotiated anytime after the first year. t�€�ZZLE,NOLEN,_INC._ONINERSHlP OF_E.QUIPME�JT: The Customer understands that all components used for the eliminatici� and/or 4�revention of the covered pests wiA remain the property of Nozzle Nolen, Inc., unless otherwise purchaser separately by the Customer. Zhe Custnmer has no rights to any of the womponents. other than the right io their use as installetl by Nozzle Nolen, Inr.., cn the C��stomer's {�remises unc+er this agreement 0�� expiratian or terminaticr of thi; agreement, Rozzle Nale�;, Inc. is authorized uy the Customer to retrieve the companenis from the Custoner's premises. This service and its components are fully tras�sferabie ta tne new awner shouitl �: sale of the prent�ses recessitate. Ai3CPiTIUt�_S,.AiTFftATEON�_AND OTHEii CHANGES; This Agreemer�t covers the Structure(s) identified cn the servire agreen�ent as of thP da.CP, OT ifi� fiii�lc�l SBfVICp. ThP, CL1St01112C Wfl) ifTt(11F'C1lat notify Nozzle Nolen Inc. ii� writing of any char�ges ta the square footag? �? tfiti Structure. Failure to notify ivozzle Nalei�, Inc. in �+rritinn may void this agreeme;?t. Any chanyes tu the square footage af the Strurture may wa��rar�: an adjustment in the anr�ual fee to guarantee a pest-�ree environment. NCLIDAYS: I' your service date fails on a holiday in most cases, your service wilf �e done the business day prior or after the holiday. �{ENEWAL OF AGREEMENZ Thrs aqreement vuit! automatically renew each year (subjecf ta price increaseJ unless cancell�d ir� writing by either party ara tf�irty (30) days notice. CaNGci.LAT10P� OF THE l�GREEiVIEN7: It is understood that should this agreement �e cancelled, for any reason, hefure the first year o� serv:ce is campleted, abcve account will pay 2 cancellation fee at the cnarge o� one regulai� service visit. Noz�le PJolen, Inc. anci Owner agree that as te any civil action or legal proceedings arising out of or refating to this Agreement, the laws of ti�e State of tlorida a�ply and venue shall be in Palm Beach County. Nozzle Nolen, Inc. October 1, 2013 Annual Pest Solutions Agreement ADDENDUM Public Records: In accordance with Sec. 119.0701, Florida Statutes, the Contractor must keep and maintain this Agreement and any other records associated therewith and that are associated with the performance of the work described in the Scope of Services. Upon request, the Contractor must provide the public with access to such records in accordance with access and cost requirements of Chapter 119, Florida Statutes. Further, the Contractor sha11 ensure that any exempt or confidential records associated with this Agreement or associated with the performance of the work described in the Scope of Services are not disclosed except as authorized by law. Finally, the Contractor shall retain the records described in this paragraph throughout the performance of the work described in the Scope of Services, and at the conclusion of said work, transfer to the Village, at no cost to the Village, a11 such records in the possession of the Contractor and destroy any duplicates thereof. Records that are stored electronically must be transferred to the Village in a format that is compatible with the Village's information technology systems. HOLD HARMLES�, INDEMNITY AND LIABIITY AGREEMENT r — THIS AGREEMENT made this �� � day of October, 2013 between the Village of Tequesta, a municipal corporation with off'ices located at 345 Tequesta Drive, Tequesta, Florida 33469, herein referred to as the VILLAGE, and MIKE CESARANO, in his individual capacity, herein refened to as CESARANO. Whereas, CESERANO desires to utilize and operate the VILLAGE'S "Mule Utility Vehicle" in and during the Jupiter Tequesta Athletic Association Holiday parade on December 8, 2013 in order to monitor the paracle event; and Whereas, the VILLAGE will a�ee to allow the utilization and operation of said "Mule Utility Vehicle" under the terms contained herein. Now Therefore, in consideration of the mutual covenants contained herein, the receipt and sufficiency of which are hereby acknowledged, CESARANO agrees to indemuify, defend and hold harmless the VII.LAGE for any injury, or loss or damage to real or personal property of any kind whatsoever that may result from CESARANO'S utilization of the VILLAGE'S "Mule Utility Vehicle" in and during the Jupiter Tequesta Athletic Association Holiday parade on December 8, 2013. It is understood and agreed that said utilization and operation by CESERANO of the VILLAGE'S "Mule Utility Vehicle" shall be for the sole purpose of monitoring the parade event and shall only occur during said event on December 8, 2013. CESERANO further agrees that he shall be fully liable and responsible to the VILLAGE for any dama�e sustained to the VILLAGE'S "Mule Utility Vehicle" as a result of CESERANO' S intentional or negligent misuse of same. This A�reement may be executed in multiple original copies, each of which shall be considered an original document. IN WITNESS WHEREOF, the parties have executed this agreement the day and year first above written. MIKE CESARANO � yil���� � Mike Cesarano, Individually ATTEST: VILLAGE OF TEQUESTA o�```���..L�AG�E� � . . .,. J --•-----_. G , �1,C- � A,,� � �'"� CoR,�' -F� ; - --- _ - - - ------, -- (�t-�� . i�'•.,,� l i–'_"_- � Lori McWilliams, c 0 ��:Q = Michael Couzzo 9 •9 --�.�- Village Clerk ;m� �09 � m:"� ^ Village Manager 9 l • ',O r9 �F� � d . ,��-------•••-'"�� �'� � ..,,,�RIDP ��.��`�� ����u���n• JTAA/Michael Cesarano Hold Harmless, Indemnity and November 14, 2013 Liability Agreement ADDENDUM Public Records: In accordance with Sec. 119.0701, Florida Statutes, the Contractor must keep and maintain this Agreement and any other records associated therewith and that are associated with the performance of the work described in the Scope of Services. Upon request, the Contractor must provide the public with access to such records in accordance with access and cost requirements of Chapter 119, Florida Statutes. Further, the Contractor sha11 ensure that any exempt or conf'idential records associated with this Agreement or associated with the performance of the work described in the Scope of Services are not disclosed except as authorized by law. Finally, the Contractor shall retain the records described in this paragraph throughout the performance of the work described in the Scope of Services, and at the conclusion of said work, transfer to the Village, at no cost to the Village, all such records in the possession of the Contractor and destroy any duplicates thereof. Records that are stored electronically must be transferred to the Village in a format that is compatible with the Village's information technology systems.