Loading...
HomeMy WebLinkAboutDocumentation_Regular_Tab 05_11/10/2016 Village of T'equesta 345 Tequesta Drive 561-768-0700 Tequesta, FL 33469 - www.tequesta.org � .r, `.;�. TEQUESTA PUBLIC WORKS DEPARTMENT MEMORANDUM To: Michael K. Couzzo, Village Manager rrom: Douglas M. Chambers, Public Works Superintendent Subject: Vehicle Purchases Date: October 20, 2016 The attached Agenda item addresses the purchase of four (4) Vehicles for various Village Departments. Each Department submitted a budgetary cost and a use/purpose justification form with their requests. Funding for the purchase of these Vehicles was approved in the Budget for Fiscal Year 2017. Pricing was obtained from the Fiorida State Contract through the Awarded Vendor pon Reid Ford. Here is a list of the Vehicles and cost for each Vehicle. Don Reid Ford has quoted 2017 Vehicles at 2016 contract pricing levels. 1. Public Works 2017 Ford F150 4x4 Crew Cab $31,220.00 2. Public Utilities 2017 Ford F150 4x4 Crew cab $31,220.00 3. Building Department 2017 Ford Expedition $31,367.00 4. Parks and Recreation 2017 Ford F150 4x2 Crew cab $27,149.00 Please also see additional supplementary documentation. Douglas M. Chambers Deputy Director Public Works Village of Tequesta Vice-:�fayor Vince :lrena �fayor .�bby Brennan Council �fember Tom Patemo Council :�fember Steve Okun Council Member Ftank D'Ambra Village 1�lanager l��ichael Couzzo _.��,„ �. e �� � . � � .. _ -�.�" ..�� VY° � � � . � �_ . ��, n..r� t ,, � �' � a �� � � �� . �. �, �- � � � �"d' '� � �x�,�qd ��z� :.��,�:�".� �� �" .� _� � .. . .. . .,�-= ��� . ,� -� . PROPOSAL , __ - . _ n..ct_ .�� , J=re.w ...�., k . ' K � � � ' �� "�-sx�=��� (',.-.� t _ Z 2017 FORD EXPEDITION 4X2 XL., 1 F $29 892.00 3.SL.ECO V6 ENGINE 6 SPEED AUTOIVIA.TIC 'I'RANSMIS$ION ESP `BASE CARE — 5/75K $0 DEDUGTIBLE $1475.00 EXTERIOR — OXFORU WHITE INTERIOR — EBQNY CLOTH ;� TOTAL . $3;1367.00 PER STATE OF FLORIDA CONTRACT# 25'100000-16=1 ' :LINE# 34 180 BU1LDiNG � - �.. _- . � _ �_.s ._.�,'y�. _ . � ' ;� ~ 3 � � �� p � !? � '" . . : __ �E _: f r ^ i� .� ITp.. � F i ..�_A J " { f J'" 1r s3 fcS�T � f � � +;,. � t .a .�; �tc�.. x 5 - �- � t c V . .�.tit 3�� � � �� "'4 , . `7:"`- �`: �'_�,-:� EJore( �ol o� �. r 4 �, "`5 '.:i��.r tt= � . ._ � �'... f titi���; -: .. _ _ ,.. . � ,__,:, . I ...._ . ; �. -:._ �. . _ , � .. .. . .. _ . .:. . ..., .. ,. - - . 1 . r . • � ' • . � . ... '"Please compfete a Capltql_Purchase Request Forin }'or•.each capifal.purciipse. ��f � Department: ,. 180 BUILDING Fiscal Yearz _ 2016-2017 QuantityDesiredfo'Purchase: 1 Cost{each); $32,OOO.QO; New�or Replacement; RfPIACEMENT Account:#: 664.602 Description: 2016 FORD EXPEDITION 4 D006; 4X2; COLOR 1NHiTE; 5 YEAR 75,000 IVIILE 1NARRANTY - . : ,; _ - :'.L- � 'j j' • `j s���• ' � �,� .. . . - Use/Purpose/J THE.BUILDiNG DEPARTMENT IS CURRENTCY IS ASSfG_NED 7W0 VEHI@LES PREVIO.USLY SLA"fE,' ,' ustiflcation: FQR SURRLUS BY OTHER DEPARTMENTS ONE VEHI,GLE IS T,0.0 5(VIALL TO SAFELY i4CCOMODATE A LARGE DRIVER,•;THE.07HER IS REPEATEDLY'IN NEEO.OF REPAIR. THE BUILDING'`INSPECTOR IVIUST HAVE A. DEPENDABLE'VEHICLE FOR TRANSPORTATION TO.AND FROM CO.NSTRUCTION SITES UVITHIN THE VILLAGf IN ORDER TO _PERFORM ASSIGNED TASKS. THE BUILDING. DEPARTMENT CURRENTLY HAS..SURPI:US:REVENUE IN:EXCESS OF $300,0OO.OQ : DOLCARS; NIONIES 1NHICH CANNOT: BE.USED FO:R ANY PURPOSE OTHER THAN �BUILDING DEPARTMENT RELATED ISSUES OR:MUST BE REFUNDED TO l'HE FUBUC; PURSUANTTO - FLORIDA STATUTE 553.80: (7). � A�r�roval: �i�i��s��.�.�i�i����i�i��iwi�i�i� . iwi��i�i�i�i������iw�iri���i�i�►i��i�r�. �� � , r 3/29/15 pep rtment Head` Date. . ._.,�.: _ ..,.. � ' . k a"^e-.�'s . .. .. ... ., � � , �y�rr F. .� �� . � � � / t ) � �, �/ � �-. . 4 a ` � . �. -��.. � a g � .,.. "� � � � .. ..r .� -F'�� ,:. t� s ...� ' . � � ,�- -...1 � r: t ' ei . , d `" � ��� � w ` � . .� � ..:.: <�B' �'_F., .� Y ,��7, �`� [-� -»"��. r �yt,Y'# 1 �..�. � '�si� �"..,:. . PROPOSAL _ . .,_ , . . . . - �,-� ,. # ..,.��.._, ........ ....:.......:. r ,. ..:..;:, � \ - , . : � : . .. � � � . .� � `.. K � • _ �. � S 2017 FQRD F15Q 4X2 CREW CAB XLT 145" W/B W1C �24,299.00 3.SL Vi6 TNCT FFV'ENGINE 6 SPEED AUTQMATIC'TRANSMISSION 53A TRAILER TOW PACKAGE- RE. UIRES REARVIEW CAIVIERA �395.00 76C REARVIEW CAMERA . �250:00 96W SPRAY ON BEDLINER $495.00 18B) BLACK PLATFQRM BOARDS $250.00 (DLR) 4_ CORNER LED'S' �565..00 LR WINDOW TINT �395.00 POWER WINDOWS &. LOCKS - INCL;UDED W7 XLT , . CHROIVIE BUIVIPERS & FLOG LIGHTS - INCLUDED W/ XLT ,� EXTERIOR - OXFORD WHITE INT�RIOR - GRAY CGOTH _ TOTAL �27,149:00 PER STATE OF FLORiDA CONTRACT# 251000U0-t6-1 LINE# 42 PARKS & RECREATION ;� f�. � _. , �. � � v, � • � ' . . . � �.��� �, ( f � } i 3_ �' � 1 i:' 7 l. �r ,+ aSr.r �:1.' . �s.4� r �� � � T._ � uiP.;.�R Z k:� � , � e�1 .� ����i �t,i{g}�. .. �aa.r. n r „ . ' � .. . ..,. ' .:;� . :_ ' ' ... .. . ...... �. . . � � ._ i . . - , . . . ..- ". . . , - . � ',� — 7. EJore aol:co �- '�°'"`"�� _ � �: � 1 `. ;�':� . � .: � : . r . ' � ' �., ' • *.Please tomplete a Capita! Purchase'Reguest Form for each capl#al:purchase. �: „ Department: ParkS Recreation -Flscal:Year.: �016/201Z Quantity: Desired to Purchase: 1 Cost (each): $30,0OO.OU New:or �� `�3' � �t°7, �oQ�, � Replacement: . Replacement Account #: Description: 2016 Ford Super Duty F-3SO SRW 2Wp Crew. Cab 156" XL (V1/3A) � ' Use/Purpose/J Cucrenf (2}frucks in this department� have been handed down over tfie last 12 years antl usti�cation: have gotten to the; point that ar.e unsafe and not cost effective to keep repairing. Approval; �i�►s.w�.v.r�irri�i��iiri���i����i ri�i���i�s��i�z�i�iri���i�r�i� �iwi�i�i� • . . -. . .. . .. . . . . 'L� pepartment Head � Date . '� .,1' .Y ....-:, k � �� :-.r r � � � �� "�`� �„v. ,.�, e ,�""`�'�. �� .� .�- � , �',�. `� , �-=` i �' > �..�,'" ,, �� . . ��`�°'` i , "; ..� � ��. , d �' ,��,.' ,�gr' _ _,. ..� ..� . �.� PROPOSAL. _ _ . . , , _. ,-:.� . �.,:.. . �.,�t # ,�, ,.x; ��_<: v' � r . -,. '*� � -s ►� �' - �3 t. .T ..; . ".. � �t . . . . . . . ... . .. . 20T7 FORD F150 4X4 CREW.CAB XL 145" W7B 'lE $25 280.00 99F S.OL V8 FFV ENGINE $1,595.00 6 SPEED AUTONIATIC TRANSMISSION _ XL6 3 73 ELECTRIC LOCK 53A TRAILER TbW PACKAGE $495:00 18B BLACKPLATFORIvI BOARDS $250.00 85A POWER WINDOWS.& LO.CKS . $l I70.00 86A XL .CI�ROME PKG: CHROME BUNfPER$ FQG LA.MPS 17" SILYER $775.00 ALUMINUM ` � DLR ; WINDOW TINT $395A0 DLR LINEX SPRAY OIV BEDLINER INCLUDING:TAILGATE $695:U0 j �' DLR 4 CORNER LED'S $565.00 EXTERIQR- OXFORD WHITE INTERIOR -_GRAY CLOTH , _ _ TOTAL $3.122U:00 PER STATE OF FLORIDA CONTRACT# 251OOQ00-1:6-1 LINE# 139 PUBLIC WORKS = - -- _" � � _ . . - - _ �� a_.5,.- _ -.. • . s�4 . Y:44 M � . `• :� ` �• f` t j { " •.� 7 ) 'h � �� , -` {f J � Z f F . A�' � 3 ��� h ti Y t [t �r1 >. �. f �1.�., <a# y � � t ..: ��. F 1 t 41�j e '� .� `y "Yei ?4 t z � � � $. } � �i: ����� . s � � t ,!'x Fk�"r ;` f ��} � . ..�� .. .._. . � ��OIC :10�. t x' ���...' .�_:.t�� ,,, � x �� � � _..�,_ � � ,.., � - -. , .. � ,.-� . . � � s9 � �� 1� � � • � • � � � � � � �Please oomplete o Capftal Par�cl�ose Reqrrest fonm f+or e�rd� Qoptta! purdiase. , � �r+; -, _ , : . DeparbneM: PUB�C Works FiKal Year: 2016 2017 QNantity Destred �o Purchase: 1 Cost (each): $34.000 Ne�r o Replaoement; NEW Aaount #: 001-210-664.602 DescripNon: 2016 FORD F350 4X4 CREW CAB S.OL V8 FFV ENGINE, ELECTRIC 6 SPEED AUTOMATiC NSMlSSION, POWER WINDOWS & LOCKS, BLACK PLATFORM RUNNING BOARDS, TRAILER TOW PACKAGE, CHROM BUMPERS, FOG LAMPS,17" SILVER ALUM RIMS, TiNTED WINDOWS, LINEX SPRAY ON BEDLINER, INCLUDING TAILGATE, 4 CORtdER LED'S, EXTERIOR OXFORD WHITE, INTERIOR GRAY CLOTH - �� �d� � Use/Pt�rpose/J THIS VEHICLE TO 8E USED BYTHE PUBLIC WORKS SUPERINTENDENT DURING DAYTIME J us�flcation: � HOURS AND EMERGENCY EVENTS. -" �_ � �� �� � �� : t � � � . � �� _ � �. A ��r������i�����������i�i�.►.�i�� ��i�iri�r������i�i���r���i�����iw� \1 � � � Department Head ate � � -, •. ', : . _ : , . ,. ,, , ' � �'� � - . , ., . , . � � ._ , � , � . � :� . � � " � . . . �,� , : , , , . . �- , - _- �;,�•;� , 4 - - - . "'.� ' }:.. � . -� �,s,�-'� w !�'� � ? -"`� , � - � ^ '� � ,�'` � � ,/� ,� � ,t � � :�w°��"�� .-..,ea�"'°^�`�`-�!!° ,�� -��' .. . .. . _.. . - � - � -,.� . . . � PROP�5AL .. . ' _-,- . .. . .:."" �M4I�� .: . i:; �� f � � _ '� = �:-,� , - =� 2017 FORD F150.4X4 CREW CAB XL 145" WB lE $25,280:00 99F S:OL V8 FFV.ENGIIVE $1 595.00 6 SPEED AUTOMATIC TRANS1bIISSION XL6 3:73 ELECTRIC LOCK 53A TRAILER TOW` PACKAGE $495:UU _ 18B. BLACK ALATFORM BOARDS $25.0.00 85A POWER WINDOWS & LOCKS $T170:00 86A XI: CHIZOME PKG: CHROME BUMPERS FOG LAMPS 19" SILVER . $775.00 ALUMINUM DLR WINDOW TINT ' $395:00 DLR ..LINEX SPRAY ON BEDLINER INCLUDING TAILGATE $695.00 `'�'� DLR 4 CORNER LED'S $565.00 EXTERIOR — OXFORD WHITE _. INTERIOR — GRAY CLOTH TOTAL $31220:00 PER STATE OF FLORIDA CONTRACT# 25 Y0000.0-16-1 LINE# 1`3:9 PUBLIC UTILTIES } � _ = , ._'t., ` .� ; � _ � , � .. , .;�.> �, • .. , . „fr , t , . M j 4 i' S� r � � . � �S y� L . _ ' Y � !��f� . 1 r •t ' ,���s`Z ��{:� �� r L . ��_ I . ,< � � �� — �... ... . . . , - � . ��� ,-.,. . - �— E � _ t w� EJor �aol:c ' � � - �-^���^� fv :, . �� S � S ! �� ...' " .,. _� 5 .� 1�• :f t`� _i�/ V�y . • . � . ' �' � ' • �Pleose oomPlet�ee a Capltw/ Anr�harse Reqaest Fw�m for each ccrpfta/ pnrtlipse. ! 4.r � _ Departmeat: PUBLIC UTILITIES Fiscal Yea�: 2016/2017 Quantity Desired to Purchase: 1 C�st (each}: $34 000 New � Replacemert� 'NEW Acaount #: 401600-664.602 Destriptlon: Z016 FORD F150 4X4 CREW CAB S.OL V8 FFV ENGINE, ELECTRIC 6 SPEED AUTOMATIC TRANSMISSION, POWER WINDOWS & LOCKS, BL�►CK PLATFORM RUNNING BOAR�S, TRAIIER TOW PACKAGE, CHROM BUMPERS, FOG LAMPS,17" SILVER ALUM RIMS, TlftfTED WINDOWS, UNEX SPRAY ON BEDLINER, IRICLUDI{dG TAIlGATE, 4 CORNER LED'S, EXTERIOR OXFORD WHITE, INTERIOR GRAY CtOTH - ; �. ��- � Use/Purpose/J IS VEHICLE TO BE USED BY THE PUBLIC UTiLITIES DEPUTY DIRECTOR DURIPfG DAYTIME us�ific�tion: HOURS AND EMERGENCY EVEN7S. N ' q . . O� � . ' . � �; � . ' � � � . � �_ . �► I I . Af�roval: �������i����rr������������i�i� i�����i�i�i�►i�i�ri�������i��.�i�i�� �� i � , � � l � Department Head te - . . -- ' ,, - . � . . . � ,. , _ - - � . �. . ,� ���, . . .. . . _ - • � . �,`.. '. . - _• . • .. � . ° � ,'... � . � - , .� . �� ' . : . , : .. - ` - - , _ ;_ '- . ,, THE VILLAGE �OF TEQUESTA PI.GGYBACKING CHECKLIST Instructions: This form is to b.e completed for any purchase of goods, o� contract for services where the Village. will utilize a contract competitively bid by anothergovernmental agency. (i.e. "Piggyback"). Department: PublicVVorks Date:. .__ 27-0ct-16 Item/Service Purchase (4).four vehicles Vendor/Service Provider pon Reid Ford � State Contract # 25100000=T6-1 � Other Governmental Agency *Chapter 287, F.S. lf box besitle "Other Governmental Agency" is checked�above, complete the remainder of this form. 1 Governmenta) Agency YES NO � � 2 Is the coritract curcent? Effective date: _ Expiration Date: � � 3 Was item%service bid out in compliance with the Village's Purchasing P.olicies & Procedures? Is the price that tHe Village will receive by piggybacking equaF to the price obtained by the agency. � � 4 named above? _ � 0 5 Does the contrect contain an assignability clause? If the answer to question # 5. is'no, has the govemmental agency given the Village permission to � � 6 piggyback on the;the contract? � � 7 Has the vendor/service given the Village.permission to piggybaek on the:contract? , - ,- .. '... ` `` • ' , . �, - d: -�� �.�: Depa me - ` ;Signatuce ` Date Contract No.: 251000�-16-1 STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES MOTOR VEHICLES THIS CONTRACT is entered into'between the State of�Florida, DEPARTMENT OF MANAGEMENT SERVICES, hereinafter referred to as the ''Department",. whose _address is 4050 Esplanade Way, Tallahassee, Florida 32399, and , hereinafter referred to as the " Contractor", whose address is , , , THE PARTIES'HEREBY AGREE: A. The solicitetion (ITB NO. 01-25100000-C) and the Contractor's bid, and attachments are hereby incorporated by reference. � � B. General Provisions: 1.- Contract Formation: The Contractor shall provide goods and services according to the terms and conditions set forth in this Contract, the Solicitation, and all other attachments named herein wh"ich are attached hereto and incorporated by reference. . � 2. Vendor: To perform as an independent Vendor and not as an agent; representative, or . employee of the Department. 3. Taxes: To recogriize that the State of Flor-ida, by virtue of its sovereignty, �is not required to pay any taxes on the services or goods purchased under the.terms of this Contract. 4. A�plicable-Law. Severabilitv; and Venue: The contract resulting from#his solicitation shall be delivered in fhe State of Florida and shall be construed in acco�dance with �the laws of Florida..:Wherever_possible, each provision of the resulting contract shall be: interpreted in such a manne� as to�be effective and Valid under"applicable law; but if any provision shall be found,ineffective, then to the extent of such prohibition or invalidity that provision shall be severed�without invalidating the remainder of such provision or the �remaining provisions of the resulting contract. Any action hereon or in, connection herewith shall be brought in Circuit.Court, Leon County, F�orida. _ 5. Contract Term: This Contract shall begin upon execution by both parties or ldovember 17, , � 2015, (whichever is later) and end November 16, 2017, inclusive. 6. Renewal: lJpon mutual agreement, the Department and the Contractor may renew the Contract, in whole or in part for a.per'iod that may not exceed 3 years or the term of the contract, period is longer. Any renewal shall specify tfie renewal price, as set ' forth in the bid, response, reply, or best and final offer. The renewal must be in writing and signed.by both parties, and is contingent upon satisfactory performance evaluations and _ subject to availability of funds. 7. Contract Amount: The agreed Contract amount is. set forth in Attathments D.1-D.6, Price . Sheets. The State of Florida's performance and obligation to pay under this Contract is 'I contingent upon an annual appropriation by the Legislature. 8. Notices: All notices required under the Contract shalf be delivered by certified mail, return receipt requestecl; by reputable air courier service, or'by persona'I delivery to the Department designee identi�ed in the original solicitation or Contract, or as otherwise identified by the Department. Notices to the Contractor shall be delivered to the person ' � who signs the Contract. Either designated recipient may notify the other, in writing, if someone else is designated to receive notice. 9. Diversifir Reuortins: The State of Florida is committed to supporting its.diverse business indust .ry and population through ensuring participation by minority, women, and veteran , " business enterprises in the economic life of the State. The Department of Management Seroices encourages supplier diyersitythrough cerEification of business enterprises, advocacy and�outreach and Business Match Maker events. For additional information, , please contact the Office of Supplier Diversity at (850).487.-0915 or osdhelp@dms.mvflorida.com. Upon request, the Contractor shall. report to the D.epartment, spend'with certified and other mihority business enterprises. These reports will include the period covered, the name, minority code and Federal Employer - Identi�cation Number of each minority Vendor utilized during.the period, commodities_and services provided by the minority business enterprise, and the amount paid to each minority Vendor on behalf of each purchasing agency ordering under the terms of this Contract: C. Applicable Laws and Regulations: � The.Contracto�.shall comply with all.laws, rules, codes, ordinances, and I.icensing requirements that . are applicable to the conduct of its business; including those of Federal, State, and local agencies having jurisdiction�and authority. For example, chapter 287, Florida Statutes (F.S.), and rule 60A, Florida Administrative Code (F.A.C.), govern the Contract. The.Contractor shall comply with Section 274 A of the Immigration and Nationality Act, the Americans with Disabilities Act, and all - prohibitions against discrimination on the. basis of race, religion; sex,_creed; national origin,, handicap, maritaf status; or veteran's status. Violation of-any laws, rules, codes, ordinances, or licensing requirements shall be grounds, for Contract termination or nonrenew..al of the Contract. D. AuditS/Monitoring: ' 1. The Department may conduct, or have conducted; .performance and/or compliance reviews, reviews of specific records or other data as determined by the Department. The Department may conduct a review of a sample for analyses performed by the selected � Contractor to verify the'quality. Reasonable notice shall be provided forreviews conducted at the successful Contractor's place of business. � 2. Reviews may include, but shall not be limited to, reviews of procedures; computer systems, Customer records, accounting records, and internal qaality control reviews. The selected Contractor shall work with any reviewing entity selected by the Department. E. Inspection of Records and Work Performed: 1. The state and its authorized repr.esentatives shall, at all reasonable times, have the right to enter the selected Contractor's premises, or other places where duties under the resulting contract are performed, AII inspections and evaluations shall be performed in such a manner as not to unduly delay work. 2. The selected Contractor shalf retain all financial records, supporting docurrients, statistical records, and any otber documents (including electronic storage media) pertinent to performance under the resu,lting contract for a period of five (5) years after termination.of - ITB 01-25100000-C 2016 Motor Vehicles 2 � Page the resulting contract, or if an audit-has been initiated and audit findings have not been resolved at the end of five (5) years, the records shall be retained until resolution of the audit findings. If records need to be sent to the Department, the Contractor shall bear the expense of delivery. 3. Refusal by the selected vendor to allow access to all records, documents, papers, letters, other materials or on-site activities r.elated to resulting contract performance shall constitute. a breach of the contract. The .right of the state and its authorized representatives.to peirform inspections shall continue for as long as the selected vendor is required to maintain records. The selected Contractor will be responsible for all storage . fees associated with the records maintained under the resulting contract: The selected Contractor.is also responsible for the shredding of records that meet the retention schedule noted above. 4. Failure to retain reco.rds as required may result in cancellation of the contract. �The � Department shall give the selected vendor advance notice of.cancellation pursuant to this provision and shall pay the selected vendor only those amounts that are earned prior to _the date of cencellation in accordance�with the terms conditi.ons of the ,r.esulting contract. Performance by the Department of any of its obligations under a contract awarded pursuant to this solicitation shall be subject to the selected vendor's compliance with.tFiis provision. 5. Pursuant to section 255.055(5), Florida Statutes, contractor ancl any subcontractors understand and will comply with their duty to cooperate with the inspector general in any investigation, audit, inspection, review, or hearing. � F. Indemnification: 1. The Contractor shall.be fully liable for the actions of its agents, employees, pertners, or subcontractors and shall fully indemnify, defend, and hold harmless the State, the Department, and Custoiners, and their ofFicers, agerits, and employees, from suits; actions; damages, and, costs of every name and description, iricluding attorheys' fees, arising from or relating to personal injury and damage to real or personal tangible property alleged .to be caused in whole or in part by Contractor, its agents, employees, partners, or. subcontractors, provided, however, that the Contractor shall not indemnify for that portion of any loss or damages pr,oximately caused by the negligent act or omission of the State, the Department, or a Customer. . 2. Further, the Gontractor shell fully indemnify, defend, and hold harmless the State, the Department, and Customers from any suits, actions, damages, and costs of every name and description, including attortieys' fees, arising from or relating to violation or infringement of a trademark, copyright, patent, trade secret or intellectual property rigfit, provided; however, that the .foregoing obligation shall not apply to a Customer's misuse or modification of Contractor's products or a Customer's, operation or use of Contractor's products _in a manner not contemplated by the Contract or the purchase order.. If any product is the subject of an infringement suit or in th'e Contractor's opinion is likely to become the subject of such a suit, the Contractor may at its sole expense procure for the ITB 01-25100000-C 2016 Motor Vehicles 3 � Page Department and Customer the right to continue using the product or to modify it to become non-infringing. If the Contractor is not reasonably able to modify or otherwise secure the Customer and Department the right to continue using the product, the , Contractor shall remove the product and refund, the Customer and Department the . � amounts paid in excess of a reasonable rental for past use. The Department and Customer shall not be liable for any royalties. 3. The Contractor's obligations under the preceding two paragraphs with respect to any legal action are contingent upon the Department or State or Customer giving the Contractor: (1) written notic.e of any action or threatened action; (2) the opportunity to take over and settle or defend any such action at Contractor's sofe expense; and (3) assistance _in „ defending the action at Contractor's sole expense. The Contractor shall not be liable for any cost, : expense, or compromise incurred or.made by the Department or State or Custorimer in any legal action without the Contractor's prior written consent, -which shall not be unreasonably withheld. G. Risk of Loss: Matters of inspection and acceptance are addressed in 5. 215.422, F.S. Until.acceptance, risk of loss or damage shall remain with the Contractor: The Contractor shall be responsible for filing, processing, and. collecting.all damage claims. To assist the.Contractor with damage claims,, the Customershall: record any evidence of visible damage on all copies of the delivering. carrier's Bill of Lading; report damages to the carrier and the Contractor; and provide the Contractor with a copy of the carrier's Bill of Lading and damage inspecfion report. When a Customer or the Depertment reject a product or services, Contractor shalf remoVe the product from the premises within ten days after notif�cation or rejection and the risk of loss shall remain with the Contractor. Product not remoyed by the Contractor within ten days shall be deemed abandoned by the Contractor, and the Customer or the Department shall have the right to dispose of it as its own properfy. Contractor shall reimburse the Customer or the Department for costs and expenses incurred in storing or effecting removal or disposition of rejected product. H. Assignments: 1. Assi�nment: The Contractor shall not sell, assign or transfer any of its rights, duties or obligations under the Contract, or under any purchase order issued pursuant to the Contract, without the prior written consent of the Department. In the event of any _ assignment, the Contractor remains secondarily liable for performance of the Contract, unless the Department expressly waives such secondary Iiability. The Department may assign the Contract with prior written notice to Contractor of its intent to do so. - 2. Subcontractors: The Contcactor shall not subcontract.any. work under the Contract without the prior written consent of the Department. The Gontractor is fully responsible for satisfactory completion of all subcontracted work. The. Department supports diversity in its Procurement Program and requests that all subcontracting opportunities afforded by this contract enthusiastically embrace diversity. The award of subcontrects should reflect fhe full diversi .ty of the citizens of the State of Florida. Contractor can contact the Office of ITB 01-25100000-C 2016 Motor Vehicles 4 � Page Supplier Diversity at (850)487-0915 for information on minority vendors who may be considered for subcontracting opportunities. I. Return of Funds: Contractor will return to the Department any overpayments due to unearned funds or funds disallowed pursuant to the terms of this Contract that were d'isbursecl to the Contractor by the Department o.r Customer. The Contractor shall return any overpayment to the Department within forty (40) calendar days after either discovery by the Contractor its independent auditor, or notification by the Department, of the overpayment. . J. State Project Plan: 1Nith"in thirty (30} calenda� days following award of the Cont�act, the successful Contractor shal) submit a plan addressing each'of the three (3) objectives listed 6elow, to. the extent applicable.to the services coyered by this Contract. The State reserves the right to negotiate mutually accep#able changes in regard to_ the below objectives, prior to execution of the resulting contract. 1. ,Environmental Considerations: The State supports.and encourages initiatives to protect and preserve owr environment. The respondent shall submit a plan to support the procurement of products and materials with recyaled content, and the intent of s. 287:045,, F.S. The Contractor shall provide a plan for._reducing and/or handling of any hazardous waste generated 6y,the Contractor's company. Reference Rule 62-730.160,.F.A.C. It is a requirement of the Florida Department of Environmental Protection that a generator of hazardous.waste materials that exceeds a certain threshold must have a valid and current Hazardous Waste Generator ldentification Number. This identification number shall be submitted as part of the Contractor's explanation of its company's hazardous waste plan and shall explain in detail its handling and disposal of waste. 2. Products Available fcom.the Blind or Other Handicapped (RESPECT): The State supports and encourages the gainful employment of citizens with disabilities. It is expressly understood and agreed that any articles that are the subject of, or required to carry out; the resulting contract shall be purchased from a nonprofit agency for the blind or for the severely handicapped that is gualified pursuant to Chapter 413, Florida Statutes, in the same manner and under the same procedures set forth .in Section.413.036(1) and (2), Florida Statutes; ; and for purposes of this contract the person, firm or other business entity carrying out the provisions of this contract shall be deemed to.be substituted for the state agency insofar as dealings with such qualified nonprofit agency are concerned. Additional information about the designated nonprofit agency and the products it offers is available at http://www. respectofFlorida.or�. 3. Prison Refiabilitative Industries and Diversified Enterorises. Inc..(PRIDEIc The State supports I and encourages the use of Florida Correctional work programs. It is expressly understood and agreed that.any articles which are the subject of, or required to carry out, the resulting ITB 01-25100000-C 2016 Motor Vehicles 5 � Page . � , . contract shall be purchased from the corporation identified under Chapter 946, Florida Statutes, in the same manner and under the same procedures set forth in s. 946.515(2) and (4), F.S.; and for purposes of this contract the person, firm or other business entity carrying out the provisions of this contract shall be deemed to be substituted.for.this agency insofar ' as deal,ings with such corporation are concerned. Additional information about PRIDE and the products it offers is available at http://www.pride=enterprises.or�/. K. Civil Rights Requirements/Vendor Assurance: The Gontrector assures that it will comply with: - 1. Title VII of the Civil Rights Act of 196.4, as amended, 42 U.S.C. 2000d et seq., which prohibits discrimination on the basis of race, color, or national origin. 2: Section 504 of the Rehabilitation Act of 1973, as amended, 29 U:S.C. 794, which prohibits discrimination on the basis of handicap. 3. Title IX of the Education Amendments of 1972, as amended, 20 U.S.C.1681 et seq.; wtiich prohibits discrimination on the basis of sex. 4. The Age Discrimination Act of 1975, as amended, 42 U.S.C. 6101 et seq., which prohibits �discrimination on the basis of age. 5. Section.654 ofthe Omnibus. Budget Reconciliation Act of 1981, as amended,, : 42 U.S.C. 9849, which prohibits discrimination on the basis of race, creed, color, national origin, sex handicap, political affiliation or beliefs. 6.. The Americans with Disabilities Act of 1990, P.L.101-336, which prohibits discrimination on the basis of disability and requires-reasonable accommodation for persons with disabilities. 7. All regulations, guidelines, and standards as are now or may be lawfully adopted under fhe above statutes. The Contractor agrees that compliance with this assurance constitutes a condition of continued receipt of or benefit from funds provided through this Contract, and that it is binding upon the Contractor, its succes5ors, transferees, and assignees for the period during wliich services are pcovided. The Contractor.further assures that all contractors, subcontractors, sub grantees, or others with whom it arranges to provide services or benefits to participants or employ,ees in connection with any of its programs and activities are not discriminating against those participants or employees in violation bf the above statutes, regulations, guidelines, and standards. L. Media: 1. Advertisine: Subject to chapter 119, Florida Statutes, the Contractor shall not publicly disseminate any information concerning the Contract without prior written approval from the Department, including, but not limited to mentioning the Contract in a press release or other promotional material, identifying the Customer, the Department or the State as a reference, or � ITB 01-25100000-C 2016 Motor Veliicles 6 � Page � . � otheruvise linking the Contractor's name and either a description of the ContracE or the name of the State or the Department or the Customer in any material published, either in pririt or electronically, to any entity that is not a party to Contract, except potential or actual authorized distributors, dealers, resellers, or service representative. 2. Literature: Upon request, the Contractor shall furnish literature reasonably related to the product offered, for example, user manuals, pr'ice schedules, catalogs, descriptive brochures, etc. M. Employment: 1. florida Substitute Form W-9 Process: State of Florida vendors must register and complete an electronic Substitute Form W-9. The Internal Revenue Service (IRS) receives and:validates the information vendors provide on the Form W-9. For instructions on how to complete the Florida Substitute Form W-9, please visit: http://www.mvfloridacfo.com/Division/AA/StateA�encies/W-9lnstructions022212.adf 2. �E-Veri : Pursuant to State of Florida Executive Order Num6er 11-116, the Contracfor is required to utilize-the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the Contractor during the Contract term. Also, Contractor shall include in related subcontracts a, requirement that subcontractors performing work or providing services pursuant to the Contract utilize the f-Verify system to verify employment eligibility of all new employees hired by the subcontractor during the Contract term. 3. Safetv Standards: All manufactured items_and fabricated assemblies, subject fo operation under pr.essure, operation by connection to an electric source, o.r operation involving connection to a manufactured, natural, or LP gas source shall be constructed and approved in a manner acceptable to the appropriate State inspector. Acceptability customarily re.quir.es, at a minimum, identification marking of the appropriate safety standard organization; uvhere such �approvals of listings have been esfablished for the type of device offered and furnished, for example: the American Society of Mechanical Engineers for pressure vessels; the Underwriters Laboratories ancJ/or National Electcical Manufacturers' Association for electricallyoperated assemblies; and the American Gas Association for gas-operated assemblies. In addition, all items furnished shall meet all applicable requirements of the Occupational Safety and Health Act and state and federal requirements relating to clean air and water pollution. N. Vendor Performance: 1. Performance Qualifications: a. The Department reserves the right to'investigate or inspect at any time whether the product, qualifications, or facilities offered by Contractor meet the Contract requirements. Contractor shall at all times during the contract term remain responsive and responsible. In defermining Contractor's responsibility as a vendor, the Department shall consider all-information or evidence which is gathered or comes to the attention of the Department which demonstrates the ITB 01-25100000-C 2016 Motor Vehicles 7 � Page . Contractor's capability to fully satisfy the requirements of the solicitation and the contract. b. Contractor must be prepared, if requested by the Department, to present evidence of experience, ability, and financial standing, as well as a statement as to plant, machinery, and capacity of the Contractor for the production, distribution, and servicing of the product to be furnished. If the Department determines that the conditions of the solicitation documents are not complied with, or that the product to be furnished does not meet the specified requirements, or that the qualifications, financial standing, orfacilities are not satisfactory, or that performance is untimely, the Department may terminate fhe contract. 2. Default: When a Contractor is failing to fulfill its duties specified in any contract with the Department, or when a Departrnent becomes aware that the Contractor has failed to remain qualified to perform the contract requirements, the Department may take the following actions: a. The Department will provide written notice to the vendor which identifies the nature of the failure and the necessary corrective action by the Contractor, which must be completed in no more than ten (10) business days, unless the Department determines a different time.span based on the Departments sole discretion and in the best interests of the State. The nofice will also state that should the Contractor fail to perform within the time provided, the Contractor will be found in default. b. Unless the Contractor corrects the failure within the time provided, or unless the Department determines that the vendor's failure is legally excusable, the Department shall find the vendor in default and shall issue a second notice stating: (i) the reasons the Contractor is considered in default; (ii) that the Department will reprocure or has reprocured the commodities or services; and � (iii) and the amount of the reprocurement costs if known. c. A Contractor found in default will not be eligible for award of a contract by the State until such time as the Department is reimbursed by the Contractor for all reprocurement costs. Reprocurement costs may include both administrative costs and cost or price increases incurred or to be incurred as a result of the reprocurement, as well as all legal costs encumbered by the State. At the Department's discretion, reprocurement of substitute commodities or contractual services may be accomplished by first attempting to contract with the next eligible awardee under the original solicitation, when applicable. Ifthe Department fails to contract with the next eligible awardee, it may continue in this manner sequentially through all eligible awardees until a vendor willing to perform at acceptable pricing under the solicitation's terms and conditions is ITB 01-25100000-C 2016 Motor Vehicles 8 � Page _ _ ___ _ found. Alternatively, the Department may elect to�reprocure the commodity or contractual service pursuant to all applicable requirements of chapter 287, F.S. d. Until such time as it reimburses the Department for all reprocurement costs and the Department is satisfied that further instances of default will not occur, a Contractor found in default shall not be eligible for award of a contract by the Department. To satisfy the Department that further instances will not occur, the Contractor shall provide a written corrective action plan addcessing the � default. e. The foregoing provisions do not limit, waive or exclude the State's legal or equitable remedies against a defaulting Contractor. 3. Dispute Resolution: Any dispute concerning performance of the Contract shall be decided by the Department's designated contract manager, who shall reduce the decision to writing and serve a copy on the Contractor. The exclusive venue of any legal or e action that arises out of or relates to the Contract shall be the appropriate Circuit Court in Leon County, Florida; in any. such action, Florida law shall apply and the parties waive any righf to jury tri.al. 0. Termination: 1. Termination for Convenience: � The Department, by written notice to the Contractor, may terminate the Contract in whole or in, part when the Department determines in its sole.discretion that it is i.n the State's interest to do so. The Contractor shall .not furnish a.ny product or service. after it receives the notice of termination, except as necessary to complete the continued portion of fhe Contract, if any. The Contractor shall not be entitled to recover any cancellation charges or lost profits. 2. Termination Due To Lack of Funds: a. In the event funds to finance this contract become unavailable, the Department may terminate the contract upon no less than twenty-four (24) hours written notice to the vendor. Said notice shall be delivered by certified mail, return receipt requested, or in person with. proof of delivery. The Department shall be the final authority as to the availability of funds. b. The State's performance and obligation to pay under this contract are contingent upon an annual appropriation by the Legislature. 3. Suspension of Work: The Department may, in its sole discretion, suspend any or all activities under the Contract or purchase order at any time when in the best interests of the State to do so. The ITB 01-25100000-C 2016 Motor Vehicles � 9 � Page Department shall provide the Contracto� written notice outlining the particulars of suspension. Examples of the reason for suspension include, but are not limited to, budgetary constraints, declaration of emergency, or other such circumstances. After receiving a suspension notice, the Contractor shall comply with the notice. Within_ ninety days, or any longer period agreed to by the Contractor, the Department shall either: (1) issue a. notice authorizing resumption of work, at which time activity shall resume; or (2) terminate the Contract or purchase order. Suspension of work shall not entitle the Contractor to any additional compensation. � 4. Termination for Breach: a. The Department may terminate the Contract if the Contractor fails to: (1) deliver the product within the time specified in the Contract or any extension; (2) maintain adequate progr.ess, thus endangering performance o.f the Contract; (3) honor any term of the Contract; or (4) abide by any statutory, regulatory, or licensing requiremenf. Rule 60A-1.006(3), F.A.C., go�erns the procedure and consequences of default. The Contractor shall continue work on any work not terminated. �If, after termina#ion, it is determined that the Contractor was not in default, or that the default was excusable; the rights and obligations of the parties shall be the same as if the termination had been . issued for the convenience of the Department. The rights and remedies of the Department in this clause.are in addition to any other rights and remedi.es provided by law or under the Contract. _ b. Unless the Contractor's breach is waived by the Department in writing, the Department may, by written notice to the Contractor; terminate this Contract upon no less than twenty-four (24) hours written notice. Said notice shall be delivered by certified mail, return receipt requested, or in person wifh proof of delivery. If applicable, the Department majr, at its sole discretion employ the default provisions in rule 60A-1.006 (4), F.A.C. c. Waiver of breach of any provisions of this Contract shall ,not be deemed to be a wai.ver of any other breach and shall not be construed to be a modification of the terms of this Contract. The provisions herein do not limit the Department's right to remedies at law or to damages. d. Pursuant to subsection 287.135(3) (b), Florida Statutes, Department may immediately terminate any contract for cause if the Contractor is found to have submitted a false certification under subsection 287.135(5), Florida Statutes, or if Contractor is placed on the Scrutinized Companies with Activities in Sudan List orthe Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List during the term of the Contract. ITB 01-25100000-C 2016 Motor Vehicles 10 � Page i � P. Contract Managers: 1. The Department's Contract Manager's name, address and telephone number for this Contract is as follows: Jennifer Hyatt Department of Management Services 4050 Esplanade Way, Tallahassee, FL 32399 850-414-6741 2. . The Vendor's Contract Manager's name, address and telephone number for this Contract is as follows: Enter Contract.Manager's Name Enter Vendor Name Enter Street Address ###-###-### Q. Renegotiation or Modification: The Contract contains all the ter.ms and,conditions agreed upon by the parties, which terms ancl conditions shall govern all tcansactions between the Department and the.Contractor: The Contract may only be amended upon mutual written� agreement of the Department and the Contractor, with the exception of personnel updates. No oral agreements or representations shall be valid or binding upon the Department or the Contractor. No alteration or modifiaation of the Contract terms,_ including substitution of product, shall be valid or binding against the departriient. The , Contractor may not unilaterally modify the�terms of the Contract by affixing additional terms to � product upon delivery (e.g., attachment�or inclusion of standard preprinted forms, product literature, "shrink wrap" terms accompanying or affixed to a product, whether written or electronic) or by incorporating such terms onto the Contracto�'s order or fiscal forms or other documents forwarded by the Contractor for payment. The Department's acceptance of product or processing of. documentation on forms furnished by the Contractor for approval or payment shall not constitute acceptance of the proposed modification to terms and co.nditions. R. Name, Mailin� and Street Address of Payee: 1. The name (Vendor name as shown on Page 1 of this Contract) and mailing address of the official payee to whom the payment shall be made: Enter Vendor Name Enter PO Box or Street Address , ITB 01-25100000-C . 2016 Motor Vehicles 11 � Page 2. The name of the contact person and street address where financial and administrative records are maintained: Enter Contact Person's Name � Enter Vendor Name � Enter PO Box or Street Address , S. All Terms and Conditions: This Contract, the solicitation, and its attachments as referenced herein contain all the terms and conditions agreed upon b.ythe parties. List of attachments included as part of this Contract: Tvpe Number . Description Attachment I ITB 01-25100000-C and Addenda � Attachment II- Completed Attachment D, Price Sheet _ Attachment 111 Solicitation Attachments:_ �B, C, E, F, G, H Attachment IV PUR 1000 � . IN WITNESS THEREOF,-the parties. hereto have caused this Contract; which includes any referenced attachments, to be executed by their undersigned officials as duly authorized. This ContracY is not valid until signed and dated by both parties. VENDOR: STATE OF FLORIDA,. DEPARTMENT OF MANAGEMENT SERVICES SIGNED BY: SIGNED BY: NAME: � NAME: TITLE: TITLE: DATE: DATE: ITB 0125100000-C 2016 Motor Vehicles 12 � Page Addenda No. 1 Invitation to Bid � Motor Vehicles ITB No= O1-25100000-C October 6; 2015 The Department amends the above mentioned solicitation as�noted below. In the event of a conflict betweeri preyiously released information and the information contained herein, the . information herein shaIl control. The information included in.this addenda is now made part of this solicitation: • Failure to file a protest within the time prescribed in section 120 57(3), Florida� Statutes,. or failure to post the bond or other security required by la w within the time allowed for filing a ;bond shall constitute a waiver ofproceedings under chapter 120, Florida 5tatutes. Any protest must be timely filed with the Department of Management Services' Agency Clerk. The purpose of this addenda is to revise the solicitation as follows: 1. Changes. to the fnvitation to. Bid: . The following Sections are amended to read as follows and the changes are indicated by underline/s�+�gt� A. Section 2:5 Supporting Documents: Bidder shall sub'mit. the following Supporting Documents with their Bid, as noted: MSRP List: If the Manufacturer has not qublished Representative Model qricin� at the time of the bid (on the sources as defined in section 1.3:14). the Bidder shall provide a list(s) of vehicles fo the Department that are pendiria price pu6lication. With the bid, Bidder shall provide one (1) applicable, current, complete, and separate MSRP List (as defined under section 1.3.14) bv Representative Model(s) for each Group (including Sub-Groups) and . Manufacturer or Brand Name bid under Attachment D, Price Sheet. Therefore, multiple MSRP Lists may be required (e.g., by Group and Manufacturer or Brand.Name). The MSRP List shall include the Manufacturer's Model Number; Manufacturer's Item Description, and MSRP for each of the Manufacturer or Brand Name and Group's applicable Base Equipment and Jdentified Aftermarket Options 9€�1A=A�is�s; The MSRP List shall include the applicable Group, Sub-Group, Manufacturer or Brand Name, MSRP List Name, Percent Discownt and MSRP List Date on the cover or first page. Bidder shall complete MSRP Certification (�er�-d Attachment H) from each Manufacturer. Bidder shall not alter, adjust, or modify a Manufacturer's MSRP when submitting Supporting Documents. MSRPs shall be formally published by the Manufacturer, publicly listed.and available, and verifiable by the Department. The Department shall be the final arbiter of MSRPs if a Bidder's pricing differs from the published MSRPs. ITB 01-25100000-C 2016 Motor Vehicles 13 � Page B. Section 4.7 Price Adjustment, Paragraph 1: Prices may be adjusted once during the initial term with the introduction of new models and , annually during the duration of the contract, starting on July 1 st after the contract effective date based on the percent change (up or down) of the MSRP, or the Producers Price Index (PPI), whichever is the lowest. If a Manufacturer has a proposed percent price chanqe that exceeds the PPI for a Reqresentative Model or ldentified Aftermarket Option. all awarded Dealers for that barticular model mav be qermitted fo use the MSRP percentaQe chanae as a maximum pendin4 Departmental aciproval. All requests must be submitted to the Contract Manager. MSRP percent changes shall be. verified by the. Manufacturer in the form of a letter or other ublication. Price ad'ustments correlate with the PPI for the Series P J i - � � . ID s in the table below and as published by the Bureau of Labor Statistics, in the Department of Labor, Washington, DC 20212. These reports are accessible at�the following website: http://www.bls.aov/data/. � C, Section.4 OEM� Options Discount The discount percentage, listed .for the Representative Model's OEM Options, shall be the minimum discount percentage applied off the current MSRP (Price, not Credit) for OEM Options during the Contract�period. If an 0EM Option has a posifive MSRP (e.g:, $1.00), then the OEM Option Discount (e.g., 10%) will provide a lower OEM Option Net Price for the individual OEM Option (e.g., $1.00 MSRP �10% OEM Options Discount)j =$0.90 OEM Option Net Price); OEM Options Net Prices shall be.rounded to the nearest whole cent: OEM Options MSRP Credits will be as stated � as the MSRP list price, with the OEM Option .Discount.aqqlied: � Example: Vefiicle H speci�cation includes a tool box. If the customer decides thev do not want�the tool box that option can be removed. If the MSRP on the toolbox is $200 and the overall OEM Option DiScounf for this awarded item to the State is 10% the followina equation would be usetl: $200 (MSRP) x(1-10% OEM Oqtion Discount) _$ STC Credit for Truck Tool Box $200 (MSRPI x(.90% STC Pricel= $180 STC Credit for Truck Tool Box The Contractor would then subtract/aqplv the STC credit of $180 for the Tool Box from the Awarded .Contract Price. in this example the truck's awarded contract price is $30,000: $30,000 (Truck's Awarded Contract Price) -$180 (Tool Box Credit) _$29,820 STC Price for Truck minus the Tool. Box . The Contractor would then qrovide this price to the Customer on the PQF Form (Attachment I). D. The Department has revised Attachment H— MSRP Certification. The revised Attachment H- MSRP Certification to Addenda No:l. ITB 01-25100000-C 2016 Motor Vehicles 14 � Page 2: Vendor Questions & Department Answers The Department.has reeeived questions from the vendor community through the MFMP Sourcing Tool. The questions and answers to those questions are found in Attachment 1 to Addenda No. 1. 3. Vendor Bid System The following has statement has been updated to read as follows and the changes are indicated by underline /�il�et#Fea� . Invitation #o Bid will be opened at the below address at ^':^�-o;-r?�: 01:01 PM, October 19, 2015. r ITB 01-25100000-C 2016 Motor Vehicles 15 � Page - �'; FLORIDADERARTMENT��OF=IVIANAGEMENTSERVICES �+ . . _ � , , . �-,. . . s 4� s a e p�u�rc �a s i�n�, � .g �. '�V1/e serve those who secve' Flo'riiia. The State of Florida , Department of Management Services �INVITATION TO BID ITB No: 01-25100000-C 2016 MOTOR VEHICLES ITB 01-25100000-C 2016 Motor Vehicles 16 � Page I ' TABLE OF CONTENTS , Section 1 Introduction ...................................................................................... 20 �, 1.1 Bid .................................................................................................................:.20 1.2 Solicitation Overview ...................................................................................................20 1.3 Definitions ...............................................................:...................................................20 1 .4 Term ......................:...................................................................................:........23 1 .5 Contract Objective .......................................................................:...............................23 1.6 Timeline of Events :.........:.......... ........,...23 .... .................................................................. 1.7 Order of Precedence for Solicitation ............................................................................24 1.8 Procurement Officer ........................... ......................................................:................24 ... 1 .9 Limitation on Contact.with Government Personnel ::........................:............................24 1 .10 Special Accommodations .....................................................................:.......................24 1.11 Lobbying Disclosure ....................... .........................................................................25 1.12 ITB Process ............................ ......:........:.................................................................25 .... ' 1.12.1 Question Submission ..............................................................................................:25 1.12.2 Solicitation Addenda ..................................................................................................25 1.12.3 Profest of Terms, Conditions,. and Specifications....� ..........................:.......................26 1 .12.4 Public Opening ...................................................:.................................:..................26 1.12.5 .Electronic Posting of�Notice of Intended Award ......:........................:......:...........:...::26 1.12.6 Protest of Notice of Intended Award ................:...............::.......................................26 1.13 Firm Response :...........:...:. . .:........... 26 ............................................................................. 1.14 Modification or Withdrawal of Bid .................................................................:...............26 1.15 Cost of Response Preparation �.Independent Preparation ..........................................27 4.16 Taxes � ..::...:......:. . ...................... . . . ............ _ ................................. ..........:27 .... .... .... .... .... 1:17 Disclosure of Bid Contents ............::.......................................:........:...........:................27 1 .18 Contract Formation.-• .................:............................................................................:....27 S ection 2 Instructions to Bidders ........................................:...................�.....:.. 28 2.1 Generallnstructions ...................................................:.:.........:....................::........:.....:28 2.2 Speciallnstructions .........:.................................:...............:.............:............................28 2 .2.1 MFMP Registration ...............................................................:.........:......................:.28 MyFloridaMarketPlace Vendor Registration ......:......................................:...........28 2.2.2 How to Submit a Bid ................................................................................................28 2 .2.3 Sourcing Tips and Training ...................:.........................:........................................28 2.2.4 Who May Respond .:..............................:..........................................:......................29 2.2.5 Manufacturer's Name and Approved Equivalents ....................................................30 2.2.6 Mandatory Requicements or Conditions ...................................................................30 2.2.7 Bidder Quali�cation Questions .................................................................................30 2.3 Contents of Bid ..................................:......................................................................... 31 2.3.1 Part 1- Vendor Information (Attachment B) .............................................................31 2.3.2 Part 2- Past Performance (Attachment C) .........................:...:..:.....�.........................39 2.3.3 Part 3- Price Sheet Submission ..............................................................................32 2.3.4 Part 4- Other Information ........................................................................................34 2.4 Full-Service Repair Facilities .......................................................................................35 2 .5 Supporting. Documents ................................................................................................35 � 2.6 Evaluation Criteria .......................................................................................................36 2 .7 Altemate Responses ...........................................................................:.......................36 2.8 Basis of Award .............................................................................................................36 2.8.1 Commodity Code 25101702, Police Vehicles :..........................................................37 2.8.2 . Commodity Code 25101702, Police Vehicles;....,.. ...................................................37 ITB 01-25100000-C 2016 Motor Vehicles 17 � Page '� 2.8.3 Commodity Code Group Nos .:.................................................................................38 2.8.4 Commodity Code Group Nos .:.................................................................................38 2.9 Preference to Florida Vendors .....................................•---............................................38 I �'� 2.10 Tie Bids ...................................................................................................................38 2 .11 Rejection of Bids ..................................................................:.......................................38 I I 2.12 Minor Irregularities/Right to Reject ...............................................................................39 �, 2.13 Redacted Submissions ...........................................................,.................................... 39 �I 2.14 Additional Information :.....................................................:...........................................39 Section 3 Description of Scope ..................:..................................................... 40 3 .1 Scope ...................................................................................................................40 i 3.2 Commodity Spec�cations and Standards ...............:.......................................:............41 3.3 Options (OEM or ldentified Aftermarket), Features, and Components .........................42 3 .4 Luxury or Sport Vehicles or Features ...........:...............................................................42 I ', 3.5 Installation ...................................................................................................................43 3.5.1 Body Transfer and 3�d Party Body Installations .........................................................43 3.6 Federal and State Standards .......................................................................................43 3 .7 Acceptable Publications ...............................................................................................43 ' 3.8 Testing .................................................................................................................,.44 3.9 Warranty .:................. - - . ........................................................... .......................... .44 .... ...... 3.10 Recall(s) ............................................................. ......................................44 ................ 3.11 Manufacturer's Last Order Date, Production Notification, and Vehicle Change............45 3 .12 Ordering Instructions ..................................................................................:..............:.45 3..12.1 Vehicle Needs ....................................................................................................•••...46 3.12.2 Price Quotes :..........::.........:.........:........................:.........................................:......::46 3.12.3 DMS Approval (State Agency Only) .........................................................................46 3.12.4 Purchase�Order ...................... ...46 .............................................................................. 3 .13 Acknowledgement of Order .........................................................................................48 3.13.1 Accept Order ............................................................................................................48 3.14 Transportation and Delivery .........................................................................................48 3 .15 Final Inspection and Acceptance ............................:....................................................50 3.16 Commodity Compliance and Compatibility ...................................................................51 3.17 Commodities Title and Registration .............................................................................52 Section 4 Contract Conditions ......................................................................... 53 4.1 General Contract Requicements ..........................................:.......................................53 4.2 Special Contract Requirements ...................................................................................53 4.2.1 Cooperation with the Inspector General ...................................................................53 4.3 Pricing ...............................................................................................................53 .... 4.4 Financial Consequences for Nonperformance ............................................................. 53 4.5 Contract Overlap .........................................................................................................53 4.6 Additions and Deletions ..........................................................:....................................53 4 .7 Price Adjustment .........................................................................................................54 4.8 Ceiling Prices ...............................................................................................................54 4.8.1 Charges and Fees ...................................................................................................55 4.9 OEM Options Discounf ................................................................................................55 4.10 Routine Communications .............................................................................................55 4.11 Compliance with Laws, Rules, Codes, Ordinances, and Licensing Requirements .......55 4 .12 Insurance Requirements ........................................:.....................................................56 4 .13 Notice of Legal Actions ................................................................................................ 56 4.14 Public Records ............................................................................................................56 4.14.1 Access to Public Records ........................................................................................56 ITB 01-25100000-C 2016 Motor Vehicles 18 � Page i 4.14.2 Protection of Trade Secrets or Other Confidential Information .................................57 4.14.3 Retention of Records ........................................•--•...................................................58 4.15 Annual Appropriations .................................................................................................58 4 .16 Renewal ...................................................................................................................58 4 .17 Cancellation .................................................................................................................58 4.18 Intellectual Property .....................................................................................................58 4.19 Gifts ...................................................................................................................58 4.20 Vendor Ombudsman ..:.................................................................................................58 4.21 Monitoring by the Department .................................... .................................................. 58 4.22 Scrufinized Gompany List ............................................................................................59 4.23 Business Review Meetings ..........................................................................................59 4 .24 E-Verify ...................................................................................................................59 4.25 Manufacturer as the Contractor .................................................................:...........:.....59 4.26 Subcontraeting ............................................................................................ ................. 59 4.27 Performance Qualifications ..........................................................................................60 4 .28 Contract Repor�ing .......................................................................................................60 4.28.1 Quarterly Sales Report (Contract Deliverable) .........................................................60 4.28.2 MFMP Transaction Fee Reports ..............................................................................60 4.28.3 Preferred Pricing Affidavit Requirement (Attachment F) ..........:...............:..:.............61 4.28.4 Savings / Price Reductions (Attachment G) .............................................................61 4 .28.5 Diversity Reporting ........................................................................••.........................61 4 .29 Contract Termination ...................................................................................................61 4.29.1 Terminafion for Convenience ...................................................................................61 4.29.2 Termination for Cause ............................................................................:................62 4 .30 Force Majeure .............................................................................................................62 4.31 Additional Provisions ..........................................:........................................................63 Section Attachments .........................................:........................................... 64 Attachment A Timeline (section 1.6) .........:.......................................................................64 Attachment B Vendor Information Form (section 2.3.1) ....................................................64 Attachment C Past Performance Form (section 2.3.2) ......................................................64 Attachment D Price Sheet (section 2.3.3) .........................................................................64 Attachment E State of Florida Drug-Free Workplace Certification (section 2.3.4.3) ..........64 Attachment F Preferred Pcicing Affidavit (section 2.3.4.4) .................................................64 Attachment G Savings/Price Reduction Form (section 2.3.4.5) .........................................64 Attachment H MSRP Certification (section 2.3.4.6) ...........................................................64 Attachment I Price Quote Form (PQF) (section 3.12.2) ...................................................64 Attachment J Vendor Acknowledgement of Order Form (section 3.13) ............................64 Attachment K Request for Purchase of Mobile Equipment (section 3.12.3) ......................64 Attachment L Sample Price / Model Update Form (section 4.7) .......................................64 Attachment M Quarterly Sales Report (section 4.28.1) ..................................... ............. 64 .... Attachment N Standard Draft Contract ..............................................................................64 Attachment O Solicitation Checklist ..................................................................................64 ITB 01-25100000-C 2016 Motor Vehicles 19 � Page Section 1 Introduction 1.1 Bid The State of Florida Department of Management Services, Division of State Purchasing (Department) is issuing this Invitation to Bid (ITB) to replace the current State Term Contract (STC) for Motor Vehicles. _ The Departmenf intends to solicit for, and enter into contracts with, responsive and responsible Contractors according to the criteria defned herein, for the provision of Commodities. and . contractual services described within this solicitation under the authority and criteria established by section 287.057, Florida Statutes. - Rule 60A-1.044(1), Florida Administrative Code, defines an STC as "indefinite quantity contracfs � competitively procured by the Department pucsuant to section 287.057, Florida Statutes, available for by Eligible Users." � This solicitation shall be administered using the MyFloridaMar.ketPlace (MFMP) Sourcing Tool. Vendors inferested in submitting a, response or bid shall complywith all of the terms and conditions described in this ITB.. Information about submitting a response or� bid can be found in Instructions to Bidders, section 2 of this solicitation. 1.2 Solicitation Overview The current STC for.motor vehicles has an estimate.d average annual spending�volume of approximately $25 million dollars�for State Agencies. Estimated.spending volume is for informational purposes only and must not' be construed as representing actual, guaranteed, or minimum purposes under any new contract. Customers include State Agencies and other Eligible Users. See section 2.8 for information regarding Basis of Award. � 1.3 Definitions Definitions contained in section 287.012, Florida Statutes, Rule 60A-1.001�, Florida Administrative Code, Form PUR 1000 and Form PUR 1001 are incorporated by reference, and apply to this solicitation. These definitions apply in �both theirsingular and plural sense. 1.3:1 Bidder One who submits a response to this Invitation to Bid (ITB). 1.3:2 Commodity(ies) A tangible good, which may or may not meet the specifications herein: Commodities under this contract are the Representative Base Model Vehicle and any OEM or ldentified. Aftermarket Options associated with each Representative Base Model Vehicle. 1.3.3 Commodity Code(s) The State of Florida specified numeric code for classifying Commodities and contractual services which meet specific requirements, spec�cations, terms, and conditions herein. Florida has adopted the United Nations Standa�d Products and Services Code (UNSPSC) for classifying commodities and services. ITB 01-25100000-C 2016 Motor Vehicles 20 � Page - 1.3.4 Component, Feature or Configuration An element, piece, part, module, package, element group, piece group, parts group, rriodule group, or package group of a Commodity, Representative Model, OEM Option, Identified Aftermarket Option, or Representative Base Model Vehicle. 1.3.5 Confidentiallnformation � Any portion of a Bidder's documents, data, or records disclosed relating to its response that the Bidder claims is confdential and not subject to disclosure pursuant to Chapter 119; Florida Statutes, the Florida Constitution, or any other authority that is clearly marked "Confidential". � 1.3.6 Contract The agreement that results from this competitive procurement, if any, befinreen the Department and the Contractor identified as providing the best value to the State. (This definition replaces the definition in the PIJR 1000). 1.3.7 Contractor(s) The Vendor that has been awarded and contracts to provide Motor Vehicles; which meet the requirements, specifications, terms, and conditioris herein, to State Agencies and ofher Eligible Users. - � 1.3.8 Dealer(s) - . A Manufacturer's certified representative aufhorized by the. Manufacturer to market, sell, . p�ovide, and service the Commodities and.services of the Manufacturer responsi�e to this solicitation. Dealers may be Contractor owned and controlled, in whole or in. part or independently owned and controlled. 1.3.9 Eligible User . As: defined in Rule 60A-1.005,. Florida Administrative Code. , 1.3.10 EPA / Industry Class The U.S. Environrnental Protection Agency's. categorization of vehicles. The size class for�cars is based on interior passenger and cargo volumes (Cu. Ft.).� The size class for trucks is defined by the gross vehicle weight rating .(GVVVR), which is the weight of the vehicle and its carrying capacity. 1.3.11 Group � A series of commodities with applicable commodity codes which are described in section 3:2, Commodity Specifications and Standards. 1:3.12 Identified Aftermarket Option(s) A new and unused component, feature, or configuration specified by the Departmenf as equipment for the_ Base Vehicle Representative Model specification, that is intended for the specif'ic Vehicle and meets the requirements, specifications, terms, and conditions her.ein, and is installed to or uninstalled from the Base Vehicle Representative Model by the awarded Contractor. 1.3.13 MSRP An acronym for the Manufacturer's Suggested Retail Price. It represents the Manufacturer's recommended retail sellin rice list rice ublished rice or other usual � , � 9p R P P ITB 01-25100000-C 2016 Motor Vehicles 21 � Page and customary price that would be paid by the purchaser for specific commodities or equipment models, and contractual services without benefit of a contract resulting from the soticitation, if awarded. � MSRPs shall be formally published by the manufacturer, publicly listed and available, and verifiable by the Department. 1.3.14 MSRP List � . � The Manufacturer's Suggested Retail Price List, a collection of IVISRPs and related information broken down by specific commodities or equipment models. In the priority listed below, only_the following are acceptable sources of current MSRPs and MSRP Lists for use under the solicitation and resulting Contract, if awarded: •- Manufactwrer's Annual_ U.S. Price Book, � •. Manufacturer's official websife, and �• - Chrome DataT"' Carbook Fleet Edition. - 1.3:15 Manufacturer/ Brand The original producer or provider of Motor Vehicles _responsive to this solicitation. 1.3:16 _Non-Identified Aftermarket Options(s) � An optional new and.unused component-not specified, feature, or�configuration not included in_the Base Representative Veiiicle :Model specifications or options identrfied by the Department but may. be installed to or uninstalled from the State of Florida Representative Base Model Vehicle by the Manufacturer, Dealer, Port, or Eligible User if ordered by the Eligible User. 1.3,17 Other Eligible User (OEU) An "eligible user" as defined in Rule 60A-1:005, Florida Administrative Co.de that does.not fit the definition of `'P�gency" under secfion 287.012(1), Florida Statutes. 1.3.18 OEM or Manufacturer(s) The Original Equipment Manufacturer or original producer of a Commodity and/or service. 1.3.19 OEM Option(s) A Motor Vehicle Manufacturer's new and unused optional component, feature, or configuration not specified by the Department as standard on the. Representative Model, and which is intended for the specific Representative Model. Equipment which meets the requirements, specifications, terms, and conditions herein, and may be installed to, uninstalled from, or provided with or separately from the Base Equipment by the Manufacturer, Port or Dealer, as is specified, ordered, legal, customary, reasonable, and prudent in the industry or specified by the Manufacturer. 1.3.20 OEM Options M$RP Credit A price of the OEM Option that will result in a negative number. 1.3.21 Representative Model, Base Model(s), Base Vehicle(s), Motor Vehicle(s), or Vehicle(s) A Department specified commodity, that may include manufaeture�'s name, trade name, brand name, make name, model name, model number, catalog number, or other ITB 01-25100000-C 2016 Motor Vehicles 22 � Page I I __ information listed by the Department herein which meets fhe requirements, specifications, terms, and conditions herein, and may �include components, features, and configurations , different than those provided by a Manufacturer, Port, and Dealer on their standard base version of the Commodity. 1.3.22 State Term Contract (STC) A term contract that is competitively procur.ed by the Department pursuant to section 287.057; Florida Statutes, and that is used by agencies and Other Eligible Users pursuant to section 287.056; Florida $tatutes. . 1.3:23 Sub=Group - A specific series of equipment within a Group which are described in Attachment D, Price Sheet. - 1.3.24 UNSPSC An acronym for the United Nations: Standard Products and Services Code. 1.3.25 Vendor(s) The.entity that is in the bus'iness of providing a Commodity o� service similar. to those wifhin the solicitafion. 1.4 Term � The initial term of the Contract sfiall be two (2) years with the option of renewal for a period that may not exceetl 2 years or the term of the contract, whichever period is longer. The contract. may . be renewed in whole or in part for a period thaf shall not exceed .the renewal years, at the renewal pricing outl'ined in section 4.7. 1.5 . Contract Objective � The D.epartment intends to enter into a contract with the awardetl Bidder(s) pursuant to section 2.8 Basis of Award. The Contract shall be composed of the following: This solicitation, General Contract Conditions (PUR 1000), Special Contract Conditions, Description of Scope, Price Sheet (format approved by the Department) submitted by the Contractor after award and additional . documentation (as required). 1:6 Timeline of Events , The table (Attachment A) contains the Timeline of Events for this.solicitation. Bidders.should become familiar with the Timeline of Events. The dates and times within the Timeline of Events � may be subject to change. .It is the responsibility of #he Bidder to check for any changes. All changes to the Timeline of Events shall be made through an addenda to the solicitation and noticed on �the Vendor Bid Svstem and within the MFMP Sourcinp Tool: DO NOT RELY ON THE MYFLORIDAMARKETPLACE SOURCING TOOL'S TIME REMAINING CLOCK. THE OFFICIAL SOLICITATION CLOSING TIME AND RESPONSE DEADLINES SHALL BE AS REFLECTED IN THE TIMELINE. The MyFloridaMarketPlace Sourcing Tool's time remaining clock is not the official submission date and time deadline, it is intended only to approximate fhe solicitation closing and may require periodic adjustments. It is stronalv recommended to submit vouc resqonse. as earlv as possible. You should I allow time to receive anv reauested assistance and to receive verification of vour submittal; ITB 01-25100000-C 2016 Motor Vehicles 23 � Page waitin4 until the last.hours of tfie solicitation could imaact the timelv submittal of vour resaonse. � 1.7 Order of Precedence for Solicitation � In fhe event of conflict, the conflict may be resolved in the following order of priority (highest to lowest): � 1. Addenda to Solicitation, if issued 2. Introduction 3. Description of Scope 4. Speciallnstructions 5. Generallnstructions 6. Special Contract Requirements 7. General Contract Requirements 8. Attachments 1.8 Procurement-Officer The Procurement Officer is the sole point of contact from the date of release of this ITB until 72 hours after the contract award is made. Procurement Officer for this ITB is: Leslie Gallegos Williams � Associate Category IVlanager Florida Department of Management Services Division of.State Purc#iasing 4050 Esplanade Way, Suite 360 Tallahassee, FL 32399-0950 Phone: (850) 488-4946 Email: Leslie.GalleqosCa�dms.mvflorida.com ****ALL EMAIL$ TO PROCUREMENT OFFICE.SHALL CONTAIN THE SOLICITATION � � NUMBER IN THE SUBJECT LINE OF THE EMAIL**** ' 1.9 Limitation on Contact with Government Personnel (section 287.057(23), Florida . Statutes) Bidders to this solicitation or persons acting on their behalf may not contact, between the release of this solicitation and the end of the 72-hour period following the agency posting the Notice of Intended Award, excluding Saturdays, Sundays, and State holidays (section 110.117, Florida Statutes), any employee or ofFcer of the executive or legislative branch concerning any aspect of this solicitation, except in writing to the Procurement Officer or as provided in the solicitation documents. Violation of this provision may be gr.ounds for rejecting a response. 1.10 Special Accommodations Any person requiring a special accommodation due to a disability should contact the Department's Americans.with Disabilities Act (ADA) Coordinator at (850) 922-7535. Accommodation requests for meetings shall be made at least five workdays prior to the meeting. A person who is hearing or speech impaired can contact the ADA Coordinator by using the Florida Relay Service at (800) 955- 8771 (TDD). The telephone numbers are supplied for notice purposes only. ITB 01-25100000-C 2016 Motor Vehicles 24 � Page 1.11 Lobbying Disclosure The successful vendor shall comply with. applicable federal. requirements for the disclosure of information�regarding lobbying activities of the successful vendor, subcontractors or any autliorized agenf. Certification forms shall be filed by the. successful vendor�and all subcontractors, certifying that no federal funds have been or shall be used in federal lobbying activities and the d'isclosur.e forms shall�be used by the successful vendor and all subcontractors to disclose lobbying activities. 'fhe successful vendor shall comply with the provisions of. section 216.347, Florida Statutes, which prohibits the expenditure of contract funds for the purpose of lobbying the Legislature or a state agency. 1:12 ITB .Process . _ . - The ITB is a method of.competitively soliciting a commodity or contractual service pursuant to section 287.057(1) (a), �F. S. The Department posts an ITB on #he Vendor Bid�System (VBS} to initiate the process and also posts the solicitation in the MFMP Sourcing Tool. Bidders musf submit questions in writing.to the Procurement Officer�via the MFMP.Sourcing Tool by the date I'isted �in Attachmen4 A; Timeline of Events. Bids shall be submitted by the deadline listed in the Timeline of Events. The Department shall open the,bids in a public meeting. Once the Departmenf has evaluated the bids, the Department shall post a Notice �of Intended Award on the VBS. . 1.12.1 Question.Submission Tfie. Department shall entertain written questions regarding the solicitation or the procurement process submitted through the MFMP Sour.cing Tool. for a limited period of �time as specified in the Timeline of Events: The purpose of this question per.iod is to promote the Bidder's full understanding of fhe solicitation requirements by providing written binding answers to questions about the solicitation. In order:to submit a.question, Bitlders shall be registered in MFMP Sourcing and have access to the "Messages" tab in the solic'itation dashboard. For i.nformation about registering with MFMP Sourcing, please see section 2.2; Special Instructions. The Departmenf shall not respond to questions submitted through any other format or medium (telephone calls, emails, letters, etc.). Questions submitted via the "Messages" tab within the MFMP Sourcing Tool shall be RECEIVED NO LATER THAN the time and date reflected on the Timeline of Events. Questions shall be officially answered via addenda as stated in the Timeline of Events. The Department shall not be bound by any verbal information or by any written information that is not contained-within the solicitation documents or formally noticed and issued by the Department:s contracting personnel. 1.12.2 Solicitation Addenda , If tfie Department finds it necessary to supplement, modify, or interpret any portion of the solicitation package during the solicitation period, a written addenda shall be posted on the VBS and .the MFMP Sourcing Tool as Addenda to this solicitation. It is fhe Bidder's responsibility to check VBS and MFMP Sourcing Tool periodically for any.information or updates to this solicitation: The Department bears no responsibility for any resulting impacts associated with a prospective Bidder's failure to obtain the information made available through the VBS and MFMP Sourcing Tool. ITB 01-25100000-C 2016 Motor Vehicles 25 � Page I ; 1.12.3 Protest of Terms, Conditions, and Specifications With respect to a protest of the terms, conditions, specifications contained in this solicitation, including any provisions governing the methods for scoring or ranking responses, awarding contracts, or modifying or amending any contract, .a notice of intent to protest shall be filed in writing within 72 hours after the posting of the solicitation. For purposes of this provision, the teim "the ITB" includes this solicitation document, any addenda, response to written questions, clarification or other document eoncerning the terms, conditions, and specifications of the solicitation. 1.12.4 Public Opening In accordance with PUR 1001 responses shall be opened on the date and at the location indicated on the Timeline of Events (Attachment A). Bidders should, but are not required _ to, attend. The Department may choose not to announce prices or release other materials pursuant to s: 119.071(1) (b), Florida Statutes. 1.12.5 Electronic.Posting of Nofice of Intended Award � Based on the evaluation, on the date indicated in the Timeline of Events the Departrnent shall electronically post a Notice of Intended Award on the VBS and the MFMP Sourcing website for review by: interested pa�ties at�the time and location specified in the Timeline of Events: The Notice of Intendetl Award shall remain posted for a period of seventy-two (72) hours, not including weekends or State observed holidays. If the Notice of Award is delayed, in lieu of posting the Notice of Intended Award the Department may post a� notice of the delay and a revised date for.posting the Notice of Intended Award, 1.12.6 Protest of Notice of Intended Award Any Bidder desiring to protest the Notice of Intended to Award shall file any notice of p�otest and any subsequent formal written protest with Agencjr Clerk, Department.for Management Senrices, 4050 Esplanade VUay, Tallahassee, FL 32399, within the time , prescribed in section 120.57(3) Florida Statutes and Chapter 28-110, Florida Atlministrative Code. Please copy the Procurement OfFcer on such filings. Failure to file a notice of protest and a formal protest within the time prescribed in section 120.57(3), Florida. Statutes, shall �constitute a waiVer of proceedings under Chapter 120, Florida Statutes. � , 1.13 Firm Response The Department should make an award within sixty (60) days after the date of the opening, during which period responses shall remain firm and shall not be withdrawn. If award is not made within . sixty (60) days, the response shall remain firm unfil either. the Department awards the Contract or , the Department receives from the Bidder written notice that the response is withdrawn. Any response that expresses a shorter duration may, in the Department's sole discretion, be accepted , or rejected. Modifi 1.14 cation or Withdrawal of Bid Bidders are responsible #or the content and accuracy of their bid. Bidders may modify or withdraw their.bid at any time rp .ior to the bid due date in accordance with the Timeline of Events. For � instructions on how to modify or withdraw bids refer to the link: MFMP Vendor Toolkit or for technical assistance please select this link: MFMP Vendor Help or call (866) 352-3776. ITB 01-25100000-C 2016 Motor Vehicles 26 � Page 1.15 Cost of Response Preparation � Independent Preparation The costs related to the development and submission of a response to this ITB is the full responsibility of the Bidder and is not chargeable to the Departrnent. A Bidder shall not, directly or indirectly, collude, consult, communicate or agree with any other Vendor or Bidder as fo any matter related to the response each is submitting. Additionally, a Bidder shall not induce any other Bidder to modify withdraw, submit or not submit a response. 1.16 Taxes - The State does not .pay Federal excise or sales taxes on purchases of equipment. The State shall not pay for. any personal property taxes levied on the Contractor or for any taxes levied on employees' wages. Any exceptions.to this paragraph shall be explicitly noted by the Department in . the Contract: 1.17 Disclosure of Bid Contents � Pursuant to the Public Records Act, all documentation provided to the Department as part of the ITB shall_ become the property of the Department and shall not be returned to the Bidder unless it is withdrawn priorto.the response opening. . � 1.18 Contract Formation � The Department shall issue a Notice of Intent to Award, if any, to successful Bitlder(s:), however, no Cont�ract shall be formed between Bidder and the Department until the Department signs the Contract. The Department shall not be liable for any costs, incurred by a Bidder in preparing or pcoducing its response or for any work peiformed before the Contract is effective. �_ 'fhe Department intends to enter 'into a contract with the awarded Bidder(s) pursuant to section 2.8; Basis of Award. No additional documents submitted by a Bidder shall be incorporated in the contract unless it is. specifically identified and incorporated by reference in the attached contract document. If any additional documents are submifted by the Bidder; the additional documents shall not be.considered for the Basis of.Award. Balance of page intentionally left blank ITB 01-25'100000-C 2016 Motor Vehicles 27 � Page _ . , , Section 2 Instructions to Bidders This section contains instructions to Bidders on how to submit a Bid. The instructions come in two parts; General Instructions and Special Instructions. 2.1 Generallnstructions - The PUR 1001, The General Instructions #o Bidders, is incorporated by reference and provided Via . � the link below: httq://www.dms.mvflorida.com/content/download/2934/11780/1001. pdf In the event any conflicf exists between the Special lnstructions and General Instructions to Bidders, the Special Instructions shall prevail. , 2.2 Speciallnstructions . 2.2.1 MFMP Registration. , In ortlerto bid, Bidders shall have a current Vendor registration and be active for "Sourcing. Events° witliin the link: MFMP Vendor Information Portal Website. MyFloridaMarketPlace Vendor Registration Each Bidder doing business with the Sfate of Florida for ttie sale of .commodities or contractual services as defined in section 287:012, Florida Statutes, shall register in �MyFloridaMarketPlace, in compliance with Rule 60A=1:030, Floeida Administrative Code; unless exempt under Rule 60A-1.030(3) florida Administrative Code. 2.2.2 How to Submit a Bid � Submit responses to.this solicitation via the MyFloridaMarketPlace.Sourcing�Tool by - selecting this link: MFMP Sourcin4 3.0 LoQin Bidders shall have a current Vendor � registration and be active for "Sourcing Events" within the link MFMP Vendor Information Portal. Download the MFMP Participation Instructions to Bidder, for detailed instructions on how to participate within the MFMP Sourcing Tool 3.0. Include all appropriate pricing, discounts documents, forms, files, question responses, and information responses located within th�e MFMP Sourcing Tool for the solicitation in Bids: All required or requested pricing, discounts, documents, forms, files, question responses, and information responses are to be entered electronically in the MFMP Sourcing Tool during this solicitation as indicated. 2.2.3 Sourcing Tips and Training After logging, into MFMP So,urcing 3.0, "My Events" lists all events the Bidd'er already , chose to "Join" (i.e., you intend to submit a formal response). "Public Events° lists those events associated with the Bidder's registered UNSPSC listed in their Bidder Information Portal (VIP) accounts, but the Bidders have not yet "Joined." Joining an eyent moves the event from "Public Events" to "My Events," allows the Bidder to submit questions about the event (solicitation), and alerts Bidders to any associated updates (e.g., addenda, event edits, etc.). � ITB 01-25100000-C 2016 Motor Vefiicles 28 � Page To respond to a solicitation, Bidders shall review and accept the electronic agreement on the "Review and Accept Agreement" page. Click the radio button next to, "I accept the terrns of this agreement.° � � When responding, save work frequently — at intervals less than 20 minutes. Sourcing 3.0 automatically times out after 20 minutes of inactivity. Any unsaved information may be lost-when the system times out. Clicking the "Save" button within Sourcing 3:0 only saves your solicitation responses. To transmit responses to the State, Bidders shall click `'Submit Entire Response.". After clicking_the �Submit Entire_ Response" button, Bidders are responsible to.verify and validate any submitted response in Sourcing 3.0 to ensure their responses are accurate and complete ;prior to the bid closing time. Bidders should allow sufFcient time, prior to the Solicitation event period closing, to add�ess any errors and resubmit revised. responses. To validate responses, please do the following before the Solicitation �period ends: Click the "Response History" link to confirm that your "submitted" response is visible, and, �therefore, formally submitted. Confirm that a_ status of "Accepted" displays next to your submitted response. Click on the Reference number of your submitted bid'response to review the.subrnission. Please check the following: �. Text boxes - Is your entire answer�viewable? �• Yes/No questions — Are the displayed answers correct? For technical assistance, contact the MFMP Customer 8ervice Desk (CSD) at (866) 352- 3776 or by email at VendorHelqCa�MvFloridaMarketPlace.com. For additional information regarding Vendor online training or to view MFMP Sourcing training documents select the hyperlink, MFMP Vendor ToolKit. 2.2.4 Who May Respond Any Motor Vehicle Manufacturers or Dealers, who are registered with and considered to be in good standing by the Florida Department of State; may respond: To be eligible for award, a Bidder is to satisfy the requirements, specifications, terms, and conditions of the solicitation and demonstrate their capability to perform a statewide Contract in the State of Florida, and is authorized by the Florida Deparkment.of State to do business in the State of Florida. NOTE: Pursuant to section 607.1501, Florida Statutes; out-of-state corporations where required, must obtain a Florida Certificate of Authorization pursuant to section 607.1503, Florida Statutes, from. the Florida Department of State, Division of Corporations, to transact business in the State of Florida. The Respondent out-of-state corporations agree to attain such authorization within seven business days of notice of award, �if the Res,pondent is awarded. All Bidders must be eligible to do business with the State of Florida and registered through the Department of State. Website: www.sunbiz.or4. ITB 01-25100000-C ' 2016 Motor Vehicles , 29 � Page . 2.2.5 Manufacturer's Name and Approved Equivalents With the Department's prior approval, the Contractor must provide any equipment that meets or exceeds the applicable specifications. The Gontractor shall demonstrate comparability, including appropriate catalog materials;.literature, specifications, test data, etc. The Department shall determine in its sole discretion whether equipment is acceptable as an equivalent. 2.2.6 Mandatory Requirements or Conditions The State has established cert�ain requirements with r.espect fo responses submitted to , competitive solicitations: The use of "shall",_"musY', or "will" (except to indicate futurity) in ' this solicitation, indicates a requirement or condition that may be mandatory. A deviation from a mandatory requirement or condition is material if, in the State's sole discretion, the deficient cesponse is not in substantial accord with the solicitation requirements, provides an advantage to one. Bidder over another, or has a potentially significant effect on the quality of the response or on the cost to the State. The words "should".or "may" in this solicitation indicate desirable attributes or conditions, but are permissive in nature. 2.2.7 � Bidder Qualification Questions Bidders must submit a Yes/No response: to the following Qualification Questions within the MFMP Sourcing Tool: Bidders are to meef and respond to tfie qualifications identified in the following. Qualification Questions in order to be considered responsive. _ The . Departmenf r�nay not evaluafe�bids from Bidders who answer "No'' to any of the Qualification Questions. 2.2.7.1 Does the Bidder certify that the person submitting the bid is authorized to ' resporid to this ITB� on Bidder's behalf? . 2.2.7.2 Does the Bidder certify that it is not a Convicted Vendor as defined in � section 7-of the PUR1001? 2.2.7.3 Does the Bidder certify thaf it is not a Discriminatory Vendor as defined in section 8 of the PUR1001? 2.2.7.4 Does the Bidder cerfify that it is not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List? 2.2.7.5 Does the Bidder certify compliance w'ith section 9 Respondent's Representation and Authorization of the PUR1001? 2.2.7.6 Does the Bidder certify compliance with section 14 Transaction Fee of the PUR1000? 2.2.7.7 Does the Bidder certify that they are currently registered to do business with the State of Florida or provide authorization as required in section 2.2.4? ITB 01-25100000-C 2016 Motor Vehicles 30 � Page 2.2.7.8 Does the Bidder certify that it shall, if awarded, submit to the Department, at least annually, the completed signed Preferred Pricing Affidavit as required in section 2.3.4.4 of this solicitation? 2.2.7:9 Does the Bidder aertify that it shall; if awarded, submit quarterly.to the Department a Contract Sales report, as required in section 4.28.1 of this solicitation? � 2.2.7.10 Does the Bidder certify that they shall, if awarded, pay all transaction fees as required by the contract for OEU's and State Agencies as required by section 287:057; Florida Statutes?- � 2.2.7.11 .Does the Bidder certify that they have carefully and thoroughly reviewed their bids or prices on the Price Sheets (Attachment D) for accuracy and completeness? . 2.2.7.12 Does the Bidder certify that they have read �and understand the requirements stated in section 2,5 Supporting.Documents? � _ 2.2.7.13 Does Bidder certify that, if awarded, it has (1) full-service repair facility_ in Florida from which the commodities. bid may be installed, serviced, and repaired � under warranty and #he terms of the Contracf; as required in section 2.4 of this . solicitation? � 2.2.7.14_Does the Bidder certify that they have`submitted the MSRP Certification � (Attachment H) from each Manufacturer as required in section 2.3.4.6? 2.3 Contents of Bid Organize Bids in parts as directed below. S.ubmit all the information requested in each part below ' through the MFMP Sourcina Tool. Failure to submit all of the requested information in sections , 2.3._1 through 2.3.4 (Part 1 through Part 4) below, in the format required under this ITB..may result in a determination of Bidder non-�esponsiveness. Label each response with the appropriate section number (and part number) below: 2.3.1 Part 1- Vendor Information (Attachment B) Bidder must download and complete the Vendor Information Form (Attachment B) found in section 5 to include all of the below: 2.3.1.1 Company name and address. . _ 2.3.1.2 Contact Points for the Department including: Name, title; phone number and email of a primary and secondary person within the company responsible for administering the contract. 2.3.1:3 Federal ID Number 2.3.1.4 Internet website address Note: Bidder shall download and submit this form in secfion 5. I� . 2.3.2 Part 2= Past Pertormance.(Attachment C) Bidder must download and complete the Past Performance Form (Attachment C) found in section 5. This Attachment is a synopsis of #hree most recent large volume vehicle ITB 01-25100000-C 2016 Motor Vehicles 31 Pa e � 9 contracts or government purchase orders held within the�past five years for State Agencies, govemmental entities, or businesses (which are simi�lar to this ITB) in which your organization provided motor vehicles.. Information requested on the form w'ill include the following: 2.3.2.1 General Organization Information; 2.3.2:2 Contract or Government Purchase Order Number; 2.3.2.3 Contract Name (if applicable); � 2.3.2:4 Term of the Contract or Government Purchase Order (Start Date - End Date); 2.3.2.5 Briefly describe the type of motor vehicles sold on this Contract or Govemment Purchase Order. . 2.3.2.6 The name and.telephone number of the customer's contacf person; 2.3.2.6.1 Contact Name; � 2.3.2.6.2 Contact Telephone; . 2.3.2.6.3 Contact Email; 2.3.2.7 Number of vehicles sold by, your organization under. the Contract or Govemment Purchase Order; 2.3.2.8 Total number of your organization's personnel assigned to Contract or Government Purchase Orders; 2.3.2.9 . The final overall sales dollars received by your organization under the � Contract or Government Purchase Order; 2.3,2:10.Has your.company all requirements of the Contract or � Govemment Purchase Order (i.e. fees, reports, customer warranty work, etc.? (Yes or No) 2.3.2.10.1 If No, Please provide�further explanation. '„ 2.3.2.11 For each Reference, provide one copy of the invoice during the Contract � timeframe. Note: Bidder shall download and submit this form in section 5. In addition multi !e � P files may be submitted as a zip �le. 2.3.3 Part 3- Price Sheet Submission The Price Sheets for the six (6) Commodity Code Groups are in separate Microsoft ExcelT"^ workbooks.. Bidders shall download the Price.Sheet (Attachment D.1-D.6- Contractor's Pricing Sheet), complete and upload it within section 5 of the MFMP Sourcing Tool. Each of the Commodity Code Groups provided in the Price Sheets contains a unique link to the specification for the Representative Models within that specific Commodity Code Group. 2.3.3.1 The workbook contains six (6) separate.Commodity Code Group Price worksheets, each with individual lines (rows) for each related Representative Model (listed in alphabetical order by brand name, and then by Vehicle size/variation/configuration and divided into sub-groups for organizational purposes) and are as follows: ITB 01-25100000-C 2016 Motor Vehicles 32 � Page 2.3.3.1.1 Attachment D. 1 Police Vehicles 2.3.3.1.2 Attachment D. 2 Automobiles or Cars 2.3.3.1.3 Attachment D. 3 Mini-Vans or Vans 2.3.3.1.4 Attachment D. 4 Light Trucks and Sport Utility Vehicles 2.3.3.1.5 Attachment D. 5 Product and Material Transport Vehiales 2.3.3.1.6 Attachment D. 6. Passenger Motor Vehicles - Nofe: Bidder shall download and suhmit these Attachmenfs in section 5. � 2.3.3.2 Respond to as many of the provided Representative Models (with their associated fields) as you may choose to bid, but provide only one bid per Representative Model. Supply all related information for each Representative - -Model in the appropriate areas and formats required on the .Price Sheets. Each of the six (6) separate Commodity Code Group Price $heets shall 'include the� information below. 2.3.3.2.1 Sub-Group', 2.3.3.2.2 EPA/ Industry Class 2.3.3.2.3 Manufacturer/ Brand 2.3.3.2.4 Line Numb:er, 2.3.3.2.5 Representative Model 2.3.3.2.6 Alternate Fuel Capabilify 2.3.3.2.7 Organiza#ion Names, 2.3.3.2.8 Base Vehicle Price ($##,###.00)' 2.3.3.2.9 OEM Options Discount (##%)e, 2.3.3.2.1.0 Evaluated price (Score Note: Automatically calculated per section 2.8; Basis for Award, _ 2.3.3.2.11 Estimated lead-time in Days (###) and 2.3.3.2.12Up_to eleven (11) Identified Aftermarket Options" (of various descriptions) Price ($##,##1#,00). Note: Aftermarket options �are not authorized on all Representative Models. Fields will be blocked out where the field does not apply. ITB 01-25100000-C 2016 Motor Veliicles 33 � Page 2.3.3.3 Review and follow the Instruction and General Information as provided in the Price Slieets. The Bidder is.required to supply accurate and complete information: . 2.3.3.3.1 The bright yellow cells on the Price Sheets, automatically calculate the.evaluated prices (Score for each Representative Model, OEM options, and Identified Aftermarket Options which the Department will use in � sel.ecting Contractors for award in accordance with section 2.8; Basis of Award. The Score shall be - - displayed in.orange cell corresponding with the base vehicle. 2.3.3.3.2 The light yellow cells on the Price Sheets are where the Bidder may enter the information for: Organization Name, Estimated Lead Time in Days, and specific Identified Aftermarket Options which are not required for evaluating the score but shall be completed upon submission of the - bid. . 2.3.3.4 When entering a bid for a Representative Model, complete all_applicable �elds including OEM options and aftermarket options. If you do not wish #o bid a ' specifc Representative Model; leave.the line (row) and cells untouched or. blanK (do not delefe the row). . 2.3.3:5.Enter a value of zero dollars and zero cents ("$0:00") for Representative Models that do not include an associated OEM .Options Diseounf and any . associated and/or required Identified Aftermarket .Options; or the bid for that Repre"sentative Model may be rejected as non-cesponsive., Values entered for OEM Options or ldentifed Aftermarket Options without bidding the associated Base Vehicle Price may be rejected as non-responsive. 2.3.3.6 All bids will be to provide the base Representative Models. All prices shall be in U.S. Dollars, whole ($USD; e.g., $99,999.00)�rancaes shall not be acceqted. , All discounts must be a whole percentage with no decimal place (%; e.g., 15%) ne4ative percentaaes or ranaes shall not be acceated. All other numbers shall be a ositive in standard numerical format e. .## ### . P � 9 , ) 2.3:4 Part 4= Other Information 2.3.4.1 Current Department of State Registration Form Submit a current copy of the Bidder's registration with the Florida Department of State, which authorizes the company to do business in the State of Florida (http://www.sunbiz.or4) see section 2.2.4. � 2.3.4.2.Out-of State Preference Letter from Attorney (if applicable) ` Any Bidder who states that its "principal place of business" is outside of this state shall submit with its bid a written opinion of an attomey at law, licensed to practice law in that foreign state, that contains information explaining the preferences, any or none, granted by the law of that state to its own business entities whose principal place(s) of business are in that foreign state in the letting of any or all public ITB 01-25100000-C 2016 Motor Vehicles 34 � Page contracts. For the purpose of this ITB, "principal place of business" rneans the state in which the Bidder's high level officers direct, aontrol, and coordinate the Bidder's activities. � 2:3.4.3 Certi�cation of Drug-Free Workplace (Attachment E) Bidder must download and complete the Certification of Drug-Free Workplace found in section 5 (Attachment E). 2.3.4.4 Preferred Pricing �davit (Attachment.f) Bidder must download and .complefe the Preferred Pricing Affidavit found in secfion 5_ (Attachment F). � � � 2.3.4.5 Savings/Price Reduction (Attachment G) � - The Bidder is required to furnish the percent (%o) savings in prices offered compared to retail, lis#, •published or other usual or customary prices that would be paid by the purchaser witiiout the beneft of a contract resulting from this bid. Attachment G (PUR 7064), Savings/Price �Reductions is provided to facilitate tlie.Bidders response to this requirement. The Bidder is required �to submit this form with its bid, and at the time'of any renewals or extensions..Savings/Price Reduction Form found in section 5 (Attachment G). , � . 2:3.4.6 MSRP Certi .fication (Attachment H) � � Bidder must download..and complete the MSRP Certification (Attachment H) found in section.5. . � . 2.3.4.7 MSRP Lists Bidder must submit the MSRP List(s) consistent with section 2.5 Supporting. � Documents and Ce�tification :(Attachment H). � ' Nofe: Multiple MSRP (ists may be submiifed- as° a zip file. 2.4 Full-Service Repair Facilities The Contractor agrees to maintain at least one factory-authorized service station or servicing dealer within the State of Florida to perform warranty repairs and adjustments throughout the contract term. Contractors must complete the Vendor Information Form (Attachment B) included in section 5 of this ITB, and must maintain that doeument throughout the contract term. The Contractor shall promptly notify the Department of any changes thereto. The Cont[actor shall be responsible for all service performed, regardless of whether the Contractor or their approved dealer actually performed the service. . The Contractor_ may offer eligible Customers "after warranty" service agreements for the maintenance and repair of goods after the initial waRanty expires. The Contractor shall list this additional service as a separate item on the invoice. 2.5 Suppo�ting Documents . Bidder shall submit the following Supporting Documents with their Bid, as noted: MSRP List: With the bid Bidder shall provide one (1) applicable, current, complete, and separate MSRP List (as defined under section 1:3:14) for each Group. (including Sub Groups) and Manufacturer or Brand Name bid under Attachment D, Price Sheet. Therefore, multiple MSRP Lists may be required (e.g., by G roup a nd Manufacturer or Brand Name). ITB 01-25100000-C 2016 Motor Vehicles � 35 � Page The MSRP List shall include the Manufacturer's Model Number, Manufacturer's Item Description, and MSRP for each of the Manufacturer or Brand Name and Group's applicable Base Equipment and OEM Options; The MSRP List shall include the applicable Group, Sub- Group, Manufacturer or Brand Name, MSRP List Name, Percent Discount and MSRP List Date on the cover or first page. Bidder shall complete MSRP Certification (Attachment J) from each Manufacturer. Bidder shall not alter, adjust, or. modify a Manufacture�'s MSRP when submitting Supporting Documents. MSRPs shall be formally published by the Manufacturer, publicly . listed and .available, and verifiable by the Department. The Department. shall be the final arbiter of MSRPs if a Bidder's pricing differs from the published MSRPs. The Supporting Documents shall be uploaded to the Department per section 22.2 of the solicitation: Failure to provide accurate and compliant Supportina Documents with the Resuonse. mav result in the Bidder beina deemed non-resqonsive. 2.6 Evaluation Criteria The Department shall . evaluate eligible responsiye bids. � Responses that do . not meet . all requirements of the solicitation or fail to provide all required information, documenfs, or maferials inay be rejected as non-responsive. Bidders who's Responses, past perFormance, or current status do not reflect the capability, integcity, or reliability to fully and in good faith perform the. requirements of a Contract may be rejected as non-responsible: The Department reServes the right to. determine which Responses meets the requir.ements, specifications, terms, and condifions_of the solicitation, and which Bidders are responsive and responsible. 2.7 Alternate Responses Bidder may not submit more than one bitl for each listed Manufacturer or Br.and Name per Group (including Sub-Groups) per Representative Model. The Department seeks each.Bidder's,single- best, response for each Represen#ative Model Manufiacturer or Brand Name per Group. 2.8 Basis of Award The Contract(s) shall be awarded to the responsive, responsible Vendor(s) that submits the lowest r.esponsible evaluated price (Score) for each individual Representative Model including, if applicable, OEM Options and Identified Aftermarket Options. Bidders may submit bids for multiple Representative Models; however, the Bidder may not submit more than one bid for each individual Representative Model. All submitted bid prices.and discounts must be submitted as a definitive number; no ranges shall be accepted. The Department reserves the right to award to multiple Bidders for a Representative Model or to make no award for a Representative Model, as determined to be .in the:best interest of the State. Multiple awards may be made to up to three Bidders for each individual Representative Model if the evaluated price (Score) of the Bidder is less than or equal to (3%) of the lowest evaluated bid. The Department reserves the rightto accept or reject any and.all bids, and to waive any minor irregular'ity, technicality, or omission if the Department determines that doing so will serve the State's best interest. �Note: All Eaaluated Prices of $0.00, showing error codes, or that do not include the Base Vehicle Price offer, OEM Options Discount offer, and Reguired Idenfified Aftermarket Option Price offer, as ITB 01-25100000-C 2016 Motor Vehicles 36 � Page ' reguired, may be rejected as non-responsive. If fhere is a conflict hetween these instrucfions and the pricing sheef, fhese insfructions shal! control. 2.8.1 Commodity Code 25101702, Police Vehicles; 2.8.1.1 Sub-Group A: Police Pursuit Automobile, Marked, all lines; Shall be calculated as follows: _ Formula: B+.((B.x 0:10) x(1 — O)) + AR =� Evaluated Price Where: . � B= Base Vehicle Price offered. Note: All Prices [Gredits] must be in U.S. Dollars, whole:(e.g., $99 O= OEM Options Discount offered. Nofe: All Discounts must be a positive percentage with no decimals (e.g:, 99%) and ranges shall not be accepted. , AR = Required Ident�ied Aftermarket Option Price offeced: Note: All Prices [Credits] must be in U.S. Dollars, whole (e:g., $99,999.00): � - Note: The Required Idenfified ARermarket Opfion is� contained in the first column to the left of the Evaluated price column in the-Price Sheets: 2.8.2 Commodity Cocle 25101702, Police Vehicles; 2.8.2.1 Sub-Group B Police Pursuif Automobile Unmarked, all lines;. � 2.8.2.2 Sub-Group C Police/Special Service Sport lJtility Vehicle, 2 wd, _all lines; 2.8.2.3 Sub-Group D Police/Special Service Sport Utility Vehicle, 4[Including All Wheel Drive ("AWD"], all lines; Shall be calculated as follows: Formula: B+((B x 0.08) x(1 — O)) + AR = Evaluated Price Where: B= Base Vehicle Price offered. Note: All Prices [Credits] must be in U.S. Dollars, whole (e:g., $99,999.00). � O= OEM Options Discount offered. Note: All Discounts must be a positive percentage with no decimal (e.g., 99%) and ranges shall not be accepted. AR = Required Identified Aftermarket Option Price offered. Note: All Prices [Cr.edits] must be in U.S. Dollars, whole (e.g., $99,999.00). � Note: The Reguired Identified Aftermarket Opfion is contained in the first column to the /efl` of fhe Evaluated Price column in the Price Sheets. ITB 01-25100000-C 2016 Motor Vehicles 37 � Page 2.8.3 Commodity Code Group Nos.: 2.8.3.1 25101702; Police Vehicles; Sub-Group E; all lines 2.8.3.2 25101_503;.Automobiles or Cars; Sub-Group A; all lines , , 2.8.3.3 25101505; Mini-Vans or Vans; Sub=Groups A, B, and C; all lines 2.8.3.4 25101500; Passenger Motor Vehicles; Sub-Group A; all lines . Shall all be calculated as follows: Formula: B+((B x 0.025) x(1 — O)) = Evaluated Price Where: . B= Base Vehicle Price offered. Note: All Prices [Credits] must.be in U.S. Dollars, whole {e.g., $99,999.00). O= OEM.Options Discount offered. Note: All Discounts must be a positiye percentage with no decimal.(e.g., 99%) and ranges shall not: be accepted. 2.8:4 Commodity C.ode Group Nos.: 2:8:4.1 25101507; Sport Utility Vehicles an.d Light Trucks; all lines � 2.8.4.2 25101600; Product and Material Transport Vehicles; Sub-Groups A, and B; all lines - Shall all�be calculated. as follows: � Formula: B+((B.x 0:05) x(1 — O)) = Evaluated'Price . Where: . � B= Base Vehicle Price offered. Note: All Prices [Credits] must be in U:S. Dollars, whole (e.g., $99;999.00). O= OEM Options Discount offered. Note: All Discounts must be a positive percentage with no decimal (e.g., 99%) and ranges shall not be accepted. 2.9 Rreference to Florida Vendors If the lowes# bid is submitted by a Bidderwhose p�incipal place of business is Iocated outside the State of Florida, preference shall be applied consistent with section 287.084, Florida Statutes. 2.10 �Tie Bids � In the e�ent that the Department's evaluation results in identical evaluations of replies for the Iowest Group price or three Bidders with the lowest Group price, the Department shall select Bidder(s) based on the cciteria identified in Rule 60A-1.011, Florida Administrative Code. � 2.11 Rejection of Bids The Depa�tment shall review Bidder responses using the criteria listed in section 2.2.7 Bidder � Qualification Questions to determine responsiveness. Bids that do not meet all requirements, �specifications, terms, and conditions of the solicitation or fail to.provide all required information, documents, or materials may be rejected as non-responsive. Bidders whose bids, past. performance, or current status do not reflect the capability, integrity, or reliability to fully and in good faith perForm the requirements of a contract may be rejected as not responsible. The ITB 01-25100000-C 2016 Motor Vehicles 38 � Page Department reserves the right to determine which bids meet the requirements of this solicitation, and which Bidders are responsive and responsible. � 2.12 Minor Irregularities/Right to Reject The Department reserves the right to' accept or reject any and all bids, or separable portions thereof, and to waive any minor irregularity, technicality, or omission if the Department determines that doing so shall serve the State's best interests. The Department may reject any response not submitted in the manner specified. by the solicitation documents. 2.13 Redacted Submissions The following section.supplements section 19 of the PUR 1001._ If. Bidder considers any poction of the documents, data or records submitted in response to this solicitation to be confidential, proprietary, trade secret or otherwise not subject to :disclosure pursuant to Chapter 119, Florida Statutes, the Florida Constitution or other authority, Bidder shall mark the document.as "Confidential" and simultaneously proyide the Department with a separate redacted copy of its response and briefly describe in, writing the groun:ds_ for claiming exemption from the public. records law, including the specific sta#utory citation for such exemption. .l'his redacted copy shall contain the Departrnent's solicitation name, number, and the Bidder's name on the �cover; and shall be clearlytitled "Redacted Copy:" The Redacted Copy shall only redact those portions-of material that the Bidder claims is confidential proprietary, trade secret or otherwise, not subject to .disclosure. In the event of, a request.for public records pursuant to .Chapter 119, Florida Statutes, .the Florida Constitution or other authority, to which documents that are marked _as confidential are responsive, the Department shall.proVide the.Redacted Copy to the requesfor. If a requestor asserfs a right to the Confidential Information, the Department shall notify the Bidder.such an assertion.has been . made. It is�the Bidder's responsibility to assert that flie information in question is exempt irom disclosure under.Chapter 119, Florida Statutes, or other applicable law. 1f.the Department pecomes subject to a demand for discovery or disclosure' of fhe Confdential Information of the Bidder in a'legal. proceeding, the Department shall give the Bidder prompt notice of the demand prior to releasing the information (unless otherwise prohibited by applicable law). The Bidder.shall be responsible for defending its determination that the redacted portions.of its response are confdential, proprietary, trade secret, o� otherwise not subject to disclosure. _ By submitting a bid, the Bidder agrees to protect, defend, and. indemnify the Department for any and all claims arising from or relating to the Bidder's determination that the redacted portions of its reply are confidential, proprietary, trade secret, or otherwise not subject to disclosure. If Bidder fails to submit a redacted copy of information it claims is con,fidential, the Department is authorized to produce the entire documents, data, or records submitted to the Department in answer to a � public records request for these records. 2.14 Additional Information By submitting a bid, Bidder certifies that it agrees to and satis�es all criteria specified in the ITB. ' The Department may request and Bidder shall provide, supporting information or do.cumentation. , Failure to supply supporting information or documentation as required and requested shall result in disqualification of the bid. Balance of page intentionally left blank ITB 01-25100000-C 2016 Motor Vehicles 39 � Page � L - Section 3 Description of Scope 3.1 Scope The purpose of this State Term Contract is to provide governmental entities within the State of Florida the ability to acquire new and unused 2016 Motor Vehicles. Purchases under this agreement will meet the needs of State Agencies and Other Eligible Users in the performance of the respective entities' core responsibilities. Contractors shall provide Motor Vehicles in accordance with the specifications contained herein. The Motor Vehicles Commodities (including the Base Model and Sub-Groups; Identified Aftermarket Option(s) associated offered under the Contract shall be classified under six Groups, which are listed and described as follows: Grou No. Group UNSPSC S ecification POLICE VEHICLES Sub-Grou A: Police Pursuit Automobile, Marked S ecification Sub-Grou B: Police Pursuit Automobile, Unmarked S ecification � Sub-Group C: Police/ Special Service Sport Utility 25101702 Specification Vehicle, 2WD Sub-Group D: Police/ Special Service Sport Utility Specification Vehicle, 4WD Includin All Wheel Drive "AWD" Sub-Grou E: Police Pursuit Motorc cle, On-Road S ecification 2 AUTOMOBILES OR CARS 25101503 Sub-Grou : Automobile S ecification MINIVANS OR VANS 3 Sub-Grou A: Van, Passen er 25101505 S ecification Sub-Grou B: Van, Car o S ecification Sub-Grou C: Van, Cutawa , 2WD S ecification LIGHT TRUCKS AND SPORT UTILITY VEHICLES Sub-Grou A: S ort Utilit Vehicle, 2WD S ecification Sub-Group B: Sport Utility Vehicle, 4WD [Including All Specification Wheel Drive "AWD" 4 Sub-Grou C: Truck, Under One Ton, Picku , 2WD 25101507 S ecification Sub-Grou D: Truck, Under One Ton, Picku , 4WD S ecification Sub-Grou E: Truck, One Ton, Picku , 2WD S ecification Sub-Grou F: Truck, One Ton, Picku , 4WD S ecification Sub-Grou G: Truck, One Ton, Chassis-Cab, 2WD S ecification Sub-Grou H: Truck, One Ton, Chassis-Cab, 4WD S ecification PRODUCT AND MATERIAL TRANSPORT VEHICLES 5 Sub-Group A: Truck, Greater than One Ton & Less 25101600 Specification than Two Tons, Chassis-Cab, 2WD Sub-Group B: Truck, Greater than One Ton & Less than Two Tons, Chassis-Cab, 4WD Specification PASSENGER MOTOR VEHICLES 6 Sub-Group A: Low-Speed Vehicle (LSV) or 25101500 Specification Nei hborhood Electric Vehicle NEV The Contract is intended to cover only those motor vehicles generally used by the State of Florida as listed and described herein, and does not include all varieties of motor vehicles that are ITB 01-25100000-C 2016 Motor Vehicles 40 � Page ', commercially available. The Department in its sole discretion sliall determine the eligibility and acceptability of all Commodities available and included under.the Contract. . The Contractor shall be resqonsible for removina all non-eliaible and unacceptable Commodities under the Contract from the Contr.actor's price lisf. . . . 3.2 Commodity Specifications and Standards - , � The Commodity, Representative Model, and OEM Opfion Specifications and Standards are based on the known needs of Eli ible Users and available information usin Chrome S stems Inc.'s 9 9 Y. , Carbook Fleet Edition to the Department at the time .of solicitation. Where, available, Identified. Aftermarket Option specifications were created based-on Known Customer needs and the respective manufacturer's data. l'he specifications and standards form a part of the overall Technical Specifications; except as modified or noted herein.� Any conflict between the Department Specifications and the Manufacturer's specification will be resolved in favor of the , Department Specifications. All Comm.odities, incl,uding all Base Vehicles; OEM Options. Identifietl Aftermarket Option(s) and their respective features. eauipment, and components, shall individually and jointly comply with the following: - T - - - -- , 1. AlI Commodities shall be designed, consti�ucted, equipped, assembled (except as specified in section 3.14, Transportation and Delivery); and instafled. (OEM do not include installation) to be fully suitable for their intended use purpose, and service; 2. All Commodities shall be new and unused (except as specified in section 3.14, . Transportation and Delivery),.for the current �Manufacturer's model year or later, of cuRent or recent production, and of the latesf design antl construction; . 3. AlI Commodities shall be bio-diesel (6-20), compressed natural gas ("CNG"), di.esel; electric, gasoline (E-10 to E-85), liquefied petroleum gas ("LPG"), natural gas, or propane powered; 4. All Commodities shall include all OEM standard features, equipment, and components, Manufacturer or Dealer installed according to the Manufacturer's standard procedures, requirements, and specifications; 5. All Commodities.shall be free of damage and / or rwst which may affect appearance or serviceability; 6. All Commodities shall comply with current legal, customary, reasonable, and prudent standards of professionalism and care in the industry; 7. All Commodities shall comply with current mandatory and applicable federal and State of Florida motor vehicle, mobile equipment, legal, safety, and environmental standards and requirements; and 8. All Commodities shall meet the requi�ements, specifications, terms, and conditions � herein. ITB 01-25100000-C 2016 Motor Vehicles 41 � Page No Contractor's or Dealer's advertising or identification (name, .logos, etc.) is permitted on the Commodities, including all Base Equipment; OEM Options, Accessories, & Implements; OEM & Replacernent Paits; and their cornponents. Commodity Manufacturer's adyertising or identification (name, model, logos, etc.) shall be permitted on.the respective.Commodities if.such advertising or identification is a Manufacturer's standard on the specific Commodity. The Department in its sole discretion shall determine what is Contractor's or Dealer's advertising or identification, what is Commodity Manufacturer's advertising or identification, and what advertising or identification is aceeptable. The Contractor shall be responsible for removing, without damage, all unacceptable � advertising or ident�ication. Deliver_v of non-conformina Commodities and contracfual. services, which are not remedied . as required herein, mav be cause for default qroceedinas and / or Contract terrr�ination. 3:3 Options (OEM.or ldentified Aftermarket),.Features; and Components All Representative Models, OEM options, Identified Aftermarket Options must be manufactured, by a recognized rnanufacturer of the commodity provided. Where a Representative �Model is specified for an OEM option, Feature, or Component, only the specified Representative Model may be offered and provided. All Options, Features, and Components, either Manufacturer, Port, or Dealer installed must be�new and meet the�requirements, specifications, terms, and conditions . herein, and �are subject to prior Department approval: All OEM Options., Identified Aftermarket Options, Featu�es, and Components of ttie Representative Model, as specified by the Department and. ordered by the Customer, shall be fully assembled and installed by the .Motor Vehicle Manufacturer, except as follows: 3.3.1 If the.Option, Feature, or, Component is specifed as a Port installed Option or Dealer installed Option by the Motor Vehicle Manufacturer; or . 3.3:2 If the Option, Feature, or Component-is not available from the Motor Vehicle .� Manufacturec, the.Option, Feature, or Component may be assembled by its respecti�e � Manufacturer and installed by the Contractor. 3.4 Luxury or Sport Vehicles or Features Unless otherwise indicated within the individual Representative Model, OEM Option, or ldentified Aftermarket Option Specifcation, no luxury or sports Vehicles will be considered or permitted. The . Department, in its sole determination, shall determine what a luxury is or sport Vehicle. To date, the Department �has determined: Iuxury or sports Vehicle brands shall include, but are not limited to, the following brands, types and components: 3.4.1 Acura, Alfa Romeo, Aston Martin,�Audi, Bentley, BMW, Bugatti, Cadillac, Ferrari, fn�niti, Jaguar, Koenigsegg, Lamborghini, Land Rover, Lexus, Lincoln, .Lotus,. Maserati, Maybach, McLaren, Mercedes=6enz, Pagani, Porsche, Rolls-Royce, Spyker, Tesla and Volvo. 3.4.2 Coupes, two-seaters, supercars, cabriolets, conyertibles (soft top or hardtop), roadsters, g�and-tourers, and signature or specialfy editions. 3.4.3 Leather upholstery (seats or interior), sunroofs and moon roofs. ITB 01-25100000-C 2016 Motor Vehicles 42 � Page , 3.5 Installation VVhere installation is required, Contractor shall be responsible for placing and installing the equipment or parts in the required locations at no additional charge, unless otherwise specified in the Price Sheets. All matecials used in the installation shall be new and shall be free of defects that would diminish the appearance of the equipment or render it structurally or operationally � unsound. Installation includes the fumishing of any equipment, rigging, and materials required to , . install or replace the equipment.or parts in the proper location. . Contractor, shall protect the site from damage and shall repair damages or injury caused during installation by Contractor or its employees or agents. If any alteration, dismantling excavation, etc., is required to achieve installation the Contractor shall_promptly restore the structure or site to its.original condition: Contractorshall. perform installation work so as to.cause the least inconvenience and interference �, with Customers and with proper consideration of othecs on site. .Upon completion of the � ' installation, the location and surrounding area of work shall be left clean and in a neat and . ' unobstructed condition, with everything in satisfactory �repair and order. 3.5.1 Body Transfer and 3�d Party Body Installations . �� In the event the customer chooses to purchase a cab and chassis, or cutaway van separately, the contractor must facilitate obtaining the required Manufacturer Certified . - Certificate, perform Manufacturer required pre-delivery inspection and ensure all proper � . tag and title documents are present pursuant to Florida license re.quirements. The final Manufacturer of the vehicle must certify that it conforms to all Federal Motor Vehicle � Safety Standards (FMVSS). The facilitation of body transfer or installations. must be iricluded in the base vehicle price however; an additional cost may ocaur for installation by the Contractor or Body. Upfitter. The installation.cost may vary,due to the �ehicle body configuration however, the price should be included on the PQF focm from the.Cont�actor. . I � 3.6. Federal .and State Stantlards � It is the intent of the Department that all specifications herein are in. full and complete compliance . with alf federal and State of �Florida laws, requiremenfs, and regulations applicable to the type and class of Commodities and services being provided. This includes; but is not limited to, Federal Motor Vehicle Safety Standards ("FMVSS"), Occupational, Safety and Health Administration ("OSHA"j, Environmental Protection Agency ("EPA") Standards, and State of Flocida laws, requirements, and regulations. that. apply to the fype and class of Commodities and contractual services being provided_. In addition, if any applicable federal or State legislation - becomes effective during the term of the Contract, regarding the Commodities and contractual services' specifications, safety; and environmental requirements shall immediately become a part of the Contract. The Contractor shall meet or exceed any such requirements of the laws and regulations. If an-apparent conflict exists, the Contracfor and Dealer shall contact the Contract Manager immediately. Pursuant to section 3. deliverv of non-conformina Commodities and contractuaf services. which are �not remedied as reauired herein, mav be cause for default uroceedinas and / or Contract termination 3.7 Acceptable Publications � The Deparfinent may request and the Contractor shall provide, within three (3) business days of any request, acceptable and supporting information or documentation relative to its product. Acceptable and supporting information or documentation includes, but is not limited to: ITB 01-25100000-C 2016 Motor Vehicles 43 � Fage i l i 'I. Manufacturer's Computer Printouts (e.g., Chrysler's "DIAL SYSTEM", Ford's "DORA", GM's "AutoBook", or Department approved equivalent); � 2. MSRP list. The MSRP and MSRP list may not be custom or solely developed, created, , maintained, altered, revised, changed, or utilized for purposes of the solicitation and . resulting contract (reference 1.3.14, MSRP) • � 3: Manufacturer's Standard Warranties; � 4. Chrome S stems Inc. s PC Carbook a lications P C Carbook Plus and arbooK FI e Y. � PP .. , C e t Edition; and , 5. The Manufacturer's o�cial fleet or retail.websites. . Durin the Term of the ontract g C , the Contractor shall supply printed Sales Literature and Technical Information �to Eligible Users upon request, unless .#he�literature and information requested :is available on the Contractor's or �Manufacturer's web site. If the literature and inforrnation is available on the Contractor's web site, the Contractor shall direct #he requesting Eligible User to its specific website location. � 3,.8 Testing � - ' Samples of delivered C.ommodities and contractual services may be selected at random by.the Department or Eligible User and tested for compliance with the requirements, specifications, terms, and conditions. 3.9 Warranty . � The Manufacturer's standard warranty shall:cover all Commodities and contractual services of #he Contract: The Manufacturer's standard warranty is required to provide coverage against defective material, workmanship, and failure to perform in accordance with the specifications and required performance criteria. The Manufacturer's standard warranty coverage shall be identical to or exceed the most inclusive of those normally provided for the Commodities and contractual services specified herein that are sold to any state or local governments: The Manufacturer's standard warranty shall have a mi,nimum term of one (1) year from the date of Acceptance, section 3.15, and shall begin only at the time of Acceptance by the Eligible User. If the Manufacturer's standard warranty conflict with any requirements, specifications, terms, or conditions of the Contract, the Contract requirements;.specifications; terms and conditions shall prevail. The Manufacturer's standard warranty terms and conditions are not part of the Contract requirements, specifications, #erms, and conditions. 3.10 Recall(s) In the event there is a recall of any of the Commodities,.any of its components. or any parts of the base vehicle ("Vehicle Recall"); the contractor shall provide reasonable assistance to the Department in developing a recall strategy and shall cooperate with the Department and the Buyers in monitoring the recall operation and in preparing such reports as may be required: Each Contractor shall, at the request.of the Department or any Buyer give the Department and each Buyer all reasonable assistance in locating and recovering any equipment or Recalled Equipment , that are not in accordance.with the requirements of the Contract. Each Contractor shall - immediately nofify and provide copies to the Department of any communications, whether relating to recalls or otherwise, with any Buyer. The Contractor, at its own cost, shall ensure defective Recalled Equipment are rectified, replaced or destroyed in compliance with all applicable laws, rules or regulations and the Department's reasonable instructions. ITB 01-25100000-C 2016 Motor Vehicles 44 � Page 3.11 Manufacturer's Last Order Date; Production Notification, and Vehicle Change The Manufacturer's Last 0rder Date is the final date on which .the Manufacturer stops producing . fhe modet year of a Vehicle which meets the requirements, specifications, terms and conditions of ' . the Contract. The Contractor shall notify the Department of a contraeted Vehicle Manufacturer's Last Order Date in wri#ing�(errmail) and received by the Contract Manager no later#han thirty (30) calendar days prior . to the effective date of tfie Manufacturer's Last O'rder Date. in: event,the Manufacturer giyes less than thirty (30j calendar days' notice ofa Last Order Date.to the Contcactor, the Contractor shall notify.by email or telephone, the Contract Manager no later than the next business day.. When available, the Contractoragrees to immediately pcovide copies of the Manufacturer's notice of the Manufacturer's Last Order Dates to the Contract Manager upon request. Upon notification of Manufacturer's� Last Order.Date, the Department may unilaterally update the applicable Manufacturers' Last Order Date, felds within� the Price Sheets, as it deems is in the best interest of the State and will best assist Customers. . Contractor shall immediately notify the ordering Customer's representative(s) of the Manufacturer's Last Order Date by telephone and using�the Acknowledgement of Order Farm. Upon. receipt of the � required telephone_ notification and Acknowledgement of Order form notifying the Customer of the _ Manufacturer's Last Order Date, the Customer may cancel the Purchase Order without penalty, or . maintain the Purchase Order knowledgeable of the risk of poten#ial- non-Delivery without recourse. AII.Purchase Orders received and maintained after proper Custome.r notifcation of a . Manufacturer's Last O�der Dafe shall be subject to awarded Commodity availability. After the Manufacturer's Last Or.der Date, the Contractor may provide, the new model year of the . awarded .C.ommodity, which meets the specifications herein, at the existing Contract Prices, - discounts, requirements,, terms, and conditions: � If the Contractor wishes .to replace any awarded vehicle they are currently awarded on the . Contract with" another vehicle due #o a result of a Manufactucer's Last Order Date, product revision, product alteration, product addition, or product technical improvement, the .Contractor will submit the Price / Model Update Form ;(Attachment L), the intended replacement vehicle to the Department for consideration. The intended replacement vehicle must meet or exceed the - Contract requirements, specifications,-te�ms, and conditions. Additionally, the intended replacement vehicle offered must be at the same or lower than current Price: Wliile vehicle updates or replacements may be offered at any time during the contract duration; all price updates shall be submitted in accordance to section 4.7. The Contractor shall provide any documents ` necessary for the Department to fully evaluate the'Contractor's request: The Department, at its sole discretion, will accept or_reject the.intended replacement.vehicle.offered. If the Depa�tment rejects the�intended replacement vehicle offered, or if there is no intended replacement vehicle offered for an awarded vehicle that is no longer available, the Department may, at its sole discretion, delete the.award or _delete the.award and award the vehicle to the next lowest r.esponsive and responsible Contractor, or assign #he award fo another Contractor. 3.12 Ordering Instructions _ The following is a description of activities that will occur when ordering a vehicle. The Department may unilaterally amend the Ordering Instructions as it deems is in the best interest of the State. ITB 0125100000-C 2016 Motor Vehicles 45 � Page 3.12.1' Vehicle Needs � All state agencies shall comply with section 287.151, Florida Statutes, Limitation on classes of motor �ehicles procured. Agencies and, Other Eligible Users of tliis Contracf shall� communicate their vehicle performance needs and �equirements to the designated Contractor�representatives identified in�this contract�prior to requesting the Contract Price - Quote Form(PQF). The customer is encouraged to seek more than one quote from the identified awarded contractors of the vehicle, where available. 3.12.2 Price Quotes The Contractor prepares and submits to the Agency or:Other Eligible User a price quote for_the.requested vehicle(s) using the Price Quote Form (PQF) (Attachment I). All requested .Representative Models(sj Vehicles, OEM Options, Identified Aftermarket Op.tions and Non-Identified �Aftermarket Options shall be itemized on the-PQF. The price quoted #or the Representative Models(s) Vehicles, OEM Options, Identified Aftermarket � Options shall not exceed the Contractor's bid priees and discounts. This PQF shall be completed by the Vendor and retumed to the Customer within finro (2) business days. The �Customer may negotiate with the Contractor to establish a fixed price lower than MSRP or a discount percentage of MSRP for.those required "Non-Identified Aftermarket Items". , � 3.12.3 DMS Approval (State Agency Only) The. Customer will �develop a justifcation to support price reasonableness and complete � the DMS Fleet Management Form MP6304- Reauest for Purchase of Mobile Eauipment (Attachment K). Submit this form with the PQF and forward to the DMS Bureau of Fleet � Management for approval. � 3.12.4 Purchase Order The Customer will :process a Purchase.Order using normal purchasing processes. The Purchase Order will include a copy of the approved P.QF. All orders submitted by Eligible Users of the Contract shall be placed using a Purchase Order. Purchase O"rders issued by Other Eligible Users shall be in accordance with the Ordering Instructions, Prices, Discounts, requirements,.specifications, terms, and conditions of the Contract. The Contractor and the Eligible User agree to the following: 3.12.4.1 Under the Contract, State P�gencies and Other Eligible Users may only place and Contractors shall only accept Purchase Orders for Vehicles the Contractor is awarded. ITB 01-25100000-C 2016 Motor Vehicles 46 � Page 3.12.4:2 Other Eligible Users are responsible for including the following inforrnation on and with the Purchase Order for each Vehicle ordered; . . 3.12.4.2:1 Eligible User°s issuing officer and contact information; . � 3.12.4.2.2Contractor Information from the Ordering Instructions . 3.12.4.2.3State Term Contract.Number.and Name;. , 3.12.4.2.4Representative Base Model Vehicle Information: Commodity Code and Line Number, base.deseription, . and price as per section 4:3, Pricing; Specify paint/finish color if otfier-than 0EM's standard white (or other - standard color if white is�not �available from the Manufacturer). OEM Option Information (if applicable; indididwally listed); . Manufacturer's Option Code and Description, OEM Option MSRP OEM Option Discount; � and OEM Option Net.Price or OEM Option MSRP Credit . (as appl'icable, per sections 4.8 Ceiling Prices and 4.8:1 Chargesand Fees). State.Agencies rnust include a copy of the-applicable Price Quote. For.m (section.3.12.2) and accompanying OEM Option MSRP List with any submitted Requisition.. . � 3.12.4.2.5 Identified Aftermarket Option Information (ifi applicable, individually listed): . Identified Aftermarket Option , Descripfion and Identified Aftermarket Option. Price [per . -. sections Ceiling Prices .(section 4:8).and 4.8..1, Charges . and Fees]; ; . 3.12.4.2.6Nevir License Plate Fee (if applicable,�per section 3.17; Commodities Title and Registration); and 3.12:4.2.7Any Eligible User special�inst�uctions, requirements; specifications, terms, and conditions.; 3:12.4.2.8The total cost for the Representative Base Model Vehicle, OEM Option(s) (if any); Identified Aftermarket Option(s) (if any), and New License Plate Fee (if applicable). 3.12.4.3 Contractor will place all orders received with the Manufacturer(s) within seven (7) calendar days after receipt.of fhe Purchase Order unless the Contractor has the Representative Model, OEM Option(s) (if applicable), Identified Aftermarket Option(s) (if applicable) ordered in their possession. All orders placed with the Manufacturer(s) shall, be made in full . compliance with the requirements, specifications, terms, and conditions herein, 3.12.4.4 Contractor shall Fionor aII Purchase Orders received during the Cont�act period and which precede the Manufacturer's Last Order Date (section 3.11;) for Commodities the Contractor is currently awarded. This may require the provision of the next new model year of the awarded Commodity, which meets the specifications herein, at the existing . Contract Prices, Discounts, requirements, terms, and _conditions ITB 01-25100000-C 2016 Motor Vehicles 47 � Page ' 3.12.4.5 Contractor, fcom receipt of the Purchase Order until Delivery is made to the ordering Eligible User, shall promptly notify the Eligible User of any potential Delivery delays. Additionally, the Contractor must promptly advise the ordering Eligible User if fheir order may not be delivered prior to the end of the Eligible User's Fiscal Year (State Agency's Fiscal Year ends June 30). Note: Evidence of intentional delays in Delivery shall be cause for default proceedings and/or Contract termination: 3.13 Acknowledgement of Order � The Acknowledgement of Order Form (Attachment J) shall be used by the Contractor to notify the ordering Customer vuithin five (5) business days of receipt of the-Purchase Order for Vehicles and equipment awarded under the Contract in accordance with section 3.13.1. � 3.13:1 Accept Order � Contractor agrees to deliver the awarded Vehicle(s) and equipment listed on the Purchase Order under the prices,.discounts, requirements, spec�ications;.terms, and conditions of the Contract and Purchase Order. The Contractor must email the �fully completed Acknowledgement of Order Form (Attachment J) to the Customer's office � within five (5) business days from the date the Contcactor receives the Purchase Order. Failure .of the Contractor to provide the ordering Customer the Acknowledgement of Order form �within five (5) business days from the date the Contractor received the Purchase Order will be considered acceptance of the order by default, wtiich, if � necessary,, sfiall require the. provision of the next new model of the Vehicle, which meets the requirements, specifications, terms, and conditions herein. The Contracto� must provide on the form: � � . 3:13:1.1 The estimated delivery date of the ordered Rep�esentative Model, including if applicable, OEM and Identified Aftermarket Options, and 3.13.1.2 The Manufacturers' order confirmation information, unless the Contractor � has the Representative Model in stock, and 3:13.1.3 the OEM and Identified Aftermarket Option(s) in their possession, if applicable, Production Cutoff Notification as per section 3.11. Submission of the Acknowledgement of Order form is to be the responsibilitjr of the Contractor without prompting or notification by the Contract Manager or Eligible User. Reaeated failures bv fhe Contractor to submit comqleted Acknowledaement of Order forms to the orderina EliQible .Users mav be cause for default proceedinas and / or Contract fermination. � 3.14 Transportation and Delivery This section supersedes and replaces General Conditions section 11 PUR 1000 Transaortation and Delive . In conjunction with section 4.8, Ceiling Prices, Base Equipment Net Prices; OEM Options, Accessories, & Implements Net Prices; and OEM &:Replacement Parts Net Prices shall include all charges for packing, handling, freight, distribution; and delivery. Transportation and Delivery of goods shall be FOB Destination to any point statewide as follows: ITB 01-25100000-C 2016 Motor Vehicles 48 � Page 1. Equipment not in stock or unavailable from manufactu�er at fime of order must be: delivered within one hundred eighty (180) calendar days after receipt of order. 2. � Equipment in stock must be detivered within fourteen (14) calendar.days after receipt of ` order or the Commodities #rom tlie Manufacture�; witfi one exception — Commodities �requiring post-Manufa`cturer Dealer installed OEM Options, Accessories, & Implements - shalt be delivered within�thirty (30j calendar days after receipt of the Commodities from the Manufacturer(s). � Delivery of the awarded new, unused Vehicles is defined as receipt of the awarded new Vehicle at the Customer's place�of business or designafed �ocation, or.if the Customer�chooses, at the Contractor's place of.business. Th;e Contcactor.must give the ordering Customer a.minimum of finrenty-four hours' notice prior to Delivery. Deliveries will be.received only between 8:OOam and ' 3:OOpm (Customer's local time) on the Customer.'s riormal business days unless'previously arranged and .approved by the Customer. De.liveries of-awarded new Vehicles is made by either.private or common-carrier transport; or� where delivery may be accomplished by driving the self-propelled Motor�Vehicle with {ess than two hundred.fifty (250) odometer miles at deli�ery, the self-propelled.Mofor Vehicle may, with the Gustomer's prior approval, be driven wnder supervision to the delivery location. The Contractor �� must make every effort`to minimize the number of odometer miles at delivery. At the Customer's option, Motor Vehicles with more tlian two hundred fifty (250) odometer miles at delivery may be � rejected or $0:50 per mile in excess of two huhdred _fifty (250) odometer miles may be deducted from the invoice and payment. The Contractor must comply with the Manufacturer's br.eak=in _ requirements. and all applicable traffic and�safety laws. All�selfi-propelled MotorVehicle-Commodities delivered by tlie Contractor'to the Eligible User shall contain no less than one=quarter'(1/4) tank of fuel as indicated by the fuel gauge at the time of ' delivery. _ The Contractor will perform the standard Manufacturer's Pre-Delive_ry Inspection, and is responsible for delivering an,awarded Vehicle that is properly ser-viced, clean, and�in _frst class operating condition. Pre-Delivery service, at a minimum, shall include the #olloviring: 1. . Complete lubrication of'operating chassis, engine, and mechanisms with � Manufacturer's recommended grades of lubricants; 2. Check / Fill all fluid= levels to assure proper fill; 3. Adjust engine(s) / motor(s) / drive(s) to operating condition(s); 4. Inflate tires (including any spares) to proper pressures; _ 5. Check to assure proper operation of all accessories gauges, lights, and mechanical ' and hydraulic Features;, - , 6. Clean equipment, if necessary, and remove all unnecessary tags, stickers, .paper.s, etc.; and - 7. Assure that the Motor,Vehicle is completely assembled (unless otherwise noted in the � specification) including Representative Model, OEM Options (if applicable:), Identified . Aftermarkef Options (if applicable), and thoroughly tested and ready for operation upon � Delivery. ' All Vehicles shall be delivered with each of the following applicable documents completed and included: ITB 01-25100000-C 2016 Motor Vehicles • 49 � Page 1. Copy of the Manufacturer's Pre-Delivery Inspection form, which meets or exceeds the requirements herein; 2. ,Copy of the ordering Customer's Purchase Order; 3. Copy of the applicable Contract specification(s) and Price Sheet information; 4. Copy of the Manufacturer's Invoice(s) for each awarded Commodity, including individual Representative.Model, OEM Options, and Identified Aftermarket Options, in the shipment; � 5. Manufacturer's INindow Sticker(s), if applicable; 6. Manufacturer's Certificate of Origin, if applicable; . 7. Manufacturer's Operator Manual, and (if not included.in the operator manual) one (1) each of the Manufacturer's lubrication and maintenance instnactions; 8. Copy ofthe�Manufacturer's Standard Warranty Certifications; 9. Sales Tax Exemption Form,.if applicable; 10. Temporary Tag and finrenty (20) day Extension 'fag, if applicable; and DHSMV 82040, , Application for Certificate of Title and Vehicle Registration, if applicable. � � Deliveries that do not include the abo�e aaulicable forms and publications. .or that have . forms that have been altered, or are not properlv completed, mav be refused! Repeated � failures bv the Contractor to include the above urouerlv completed forrris and aublications. � or that have submitted alfered forms. to the orderina Eli4ible Users mav be cause for � default proceeclings and / or Contract termination. � These Transportation and Delivery requi.rements, terms, and.conditions also apply fo the re- delivery of an:awarded Commodity. that .was pre�iously rejected.upon initial delivery.. Awarded Vehicles requiring�post-Manufacfurer, Dealer installed 0EM Options.and Itlentified Aftermarket 0ptions must be delivered FOB.Destination to any point within fhe State of Florida within thirty calendar days after receipt of the awarded Vehicles from the Manufacturer(s). 3.15 Final Inspection and Acceptance . The Eligible User, within. three (3) business days of delivery,.shall thoroughly inspect-the Commodity received for acceptability. The Eligible User shall compare the physical Commodity delivered; contract prices, Discounts, requirements, specifications., terms, and conditions; Purchase Order; and Manufacturer's VVindow Sticker / Manufacture�'s Invoice(s) to ensure the Commodity received meet or exceed the requirements, specifcafions, terms, and conditions of.the Contract and Purchase Order. Additionally, the Eligible User shall inspect the Commodity for any physical damage. The Contractor is obligated to coRect any errors or damage in the Commodity. Failure by the Eligible User to discover an error in the Commodity shall not relieve the Contractor from their obligation to correct the error in the event it is found any time after the Comrnodity is delivered. . The Parties agree that inspection and acceptance shall be the Eligible User's responsibility and occur at the location of fhe Eligible User. Title and risk of loss or damage to all Commodities shall be the responsibility of the Contractor until accepted by the Eligible User: Tfie Contractor shall be , responsible for filing, processing, and collecting all damage claims. The Eligible User shall assist the Contractor by: • Recording any evidence of visible damage on all copies of the delivering carrier's bill of lading; • Repo�t any known visible and concealed damage to the carrier and the Contractor; � Confimn said reports in writing within fifteen (15) business days of delivery, requesting that the caRier inspect the damaged merchandise; and ITB 01-25100000-C 2016 Motor Vehicles 50 � Page . • Provide the Contractor with a copy of the carrier's bill of lading and damage inspection report. Transportation and Delivery of the Commodity, per section 3:1:4 of the Contract, does not constitute Acceptance for the purpose of payment. Final acceptance and authorization of payment . shall be given by the Eligible User only after a thorough inspec�ion indicates .that the Commodity is undamaged and meets fhe �Contract requirements, specifications, terms, and conditions. Should the delivered Commodity be damaged or differ in any respect from the Contract requirements, specifications, terms, and conditions; payment shall be withheld until such time as the Contractor completes the required, Eligible User approved, corrective action. � Should the-Commodity require service or adjustments as part,of the Eligible User approved corrective action(s), the Contractor shall either remedy the defect or be responsible for reimbursing the Manufacturer's�local service Dealer or others selected by the� Eligible.User to remedy the defect. The Contractor shall initiate such required service or adjustments within two (2) business � days following notification by the Eligible User. The Commodity shall not be accepted until all service and /-or adjustmenfs are satisfactory and the Commodity. is re-delivered in acceptable condition. The costs of any Transportation and. Delivery, section 3.14, required as part of the initial . or any re-deliveries due to error or damage are the responsibility of the Contractor. The ordering:Eligible User shall notify the Department.of any Contract deviation that it cannot resolve with the Contractor. The Department and �Eligible User shall develop a corrective action plan related to.the C.ontract deviatiori, which may include the Eligible User's permanent �efusal to accept the Commodity, in which case the Commodity shall-remain the propertyof the Contractor, and the Eligible User-and the State shall not be liable .for payment for any portion thereof. 3.16 Commodity _Compliance and Compatibility It is the Contractor's responsibility to ensure that the Commodity supplied ace complianf with the Contract requirements, .specifications, terms, and conditions. Additionally, the Contractor shall . ensure that:the Base Equipment and any OEM.Options; Identified Aftermarket Options, or Non- Identified Aftermarket Options ordered by the Eligible User are fully compatible with each other The Contractor's acceptance of the Eligible User's Purchase Order shall indicate that the � Contractor agrees to deliver Commodity that shall be fully compliant and compatible with the Purchase Order requirements, specifications, terms, and conditions. In the event any ordered Base Equipment, OEM Options, Identified Aftermarket Options, or Non- Identified Aftermarket Options; and their respective features, equipment, and components are found by the Eligible User to be missing, incorrect, defective, damaged, .non-compatible, oc non- compliant, the Contraetor shall, at the Eligible User's discretion, be required to do one of the following: • Install;or repair the Base Equipment, OEM Options, �Identified Aftermarket Options, or Non- Identified Aftermarket Options; and the'ir respective features, equipment, and components; • Replace the Base Equipment, OEM Options, Identified Aftermarket Options, or Non-Identified Aftermarket Options and their respective features, equipment, and components; or • Refund the purchase price of the applicable Base Equipment, OEM Options, Identifed Aftermarket Options, or Non-Identified Aftermarket Options to the Eligible User. , Anv chanaes necessarv after the deliverv of the Commoditv / Commodities that are reauired to brina a Commoditv / Commodities into compliance and / or comqatibilitv due to an incor�ect.order fulfillment bv the Contractor mav be accomplished at,the Contractor's expense• . ITB 01-25100000-C 2016 Motor Vehicles 51 � Page Delive of non-conformin Commodities and contractual services which are not remedied as re4uired herein, mav be cause for default proceedinas and / or Contract termination. 3:17 Commodities Title and Registration Applicable .awarded Vehicles delivered under the Contract shall be titled and registered by the Contractor in:accordance with Chapters 319 and 320, Florida Statutes. The Contractor shall send any necessary form(s) that� rtiust be. signed by an authorized representative of #he Customer with the awarded commodity(ies) upon delivery,�and�the Contractor sliall obtain any necessary signature(s).and com,plete the titling and registration process for the Eligible User in a timely manner. _ . ' In the event the Eligible User is permitted by statute, law, rule,. ordinance, code, policy, and procedure to obtain Title and:Registration independent of the Contractor, and chooses to obtain Title and Registration independent of the Contractor, the Eligible User shall notify the Contractor in writing of this decision no later than three (3) business: days following receipt of the Acknowledgement of Order form, .per section 3:13. Howe�er, the Eligible User shall then be obligated to 7itle and Register the awarded Commodity per applicable statute, law rule, ordinance, code, policy, and procedure, and the Gontracfor shall provide any documents necessary for the Eligible User to do so. � For applicable.awarded Commodities, Eligible Users may elect to transfer an existing license plate; or may choose to obtain a new license plate. . • Should an Eligible User-elect.to transfer an existing:license plate, this is the standard.default. order type. and does..not require. specific:notation on the Purchase Order, All related fees see section 4:8, Ceiling : Prices, are included in the Base Equipment Net Price.. • Should.an Eligible User elect to obtain a new license plate in .lieu of transferring their old . license plate, or if the. awarded. Commodity. is an addition to their fleet and requires. a new license plate, the Purchase Order should include a notation and an.additional amount to cover . the cost of a new license plate. The Contractor is not required to obtain new license plates for the Eligible User unless there.is a notation and a new license plate fee is included on the Purchase Order. All related charges and fees, see section 4.8, Ceiling Prices, except the new license plate cost.are included.in the Base Equipment Net Price. a) The Eligible User's Purchase Order notation for a new iicense plate shall include the request for a new license plate, what type of license plate is required, and a contact person's name, title, and telephone number should there be any questions. b) The Contractor may obtain special plates such as "State", "County", or "City" from most county tax.offices, but agency plates such as "DOT", "DC", "DNR", etc. shall be obtained from the Department of Highway Safety and Motor Vehicles, Division of Motor Vehicles, in Tallahassee Florida.-. . Balance of page intentionally left.blank , ITB 01-25100000-C 2016 Motor Vehicles 52 � Page Section 4 Contract Conditions This sectiori contain. s conditions which shall be complied with during the performance of this contract. The conditions come in two parts,.General Contract Requirements and Special Contract Requirements. � 4.1 General Contract Requirements The General Contract�Conditions, PUR 1000 is incorporated by reference and provided Via a link below: http://www.dms. mvflorida.com/content/download/2933/11777/1000.pdf . 4.2 Special Contract Requirements The Special-Contract Requirements are provisions that relate directly to the performance of this , contract. � , � ' 4.2.1 Cooperation with the Inspector General Pursuant to: section 255.055(5), Florida Statutes, contractor. and any subcontcactors � understand and will comply with their duty to cooperate with the inspector general in any investigation, audit, inspe.ction, review, or hearing. � 4,3 Pricing The Contractor sliall adhere to the prices submitted in the completed Price Sheets, which are incorporated� by reference into the'Contract. 4.4 Financial Consequences for Nonpertormance . The State reserves the right to withhold payment or implement' other appropriate remedies, sueh as contract_termination or noncenewal, when-the Contractor has failed to perto�m under or comply with the provisions of this contract. When or if the Contractor fails to perform or comply with_ provisions of this contract, the_ Contractor has ten (10) calendar days from receipt of Complaint to Vendor Form (PUR 701.7) to comply as instructed within the notice. An amount of $500.00 may be assessed for each day the Contractor is.delinquent after the ten (10) day notice period ends, and that amount may be withheld from a Contractor's invoice. The rights and remedies of the State in this paragraph are not considered penalties and are in addition to any other rights and remedies provided by law. 4.5 Contract .Overlap Contractors. shall idenfify any equipment or parts covered by this solicitation that they are currently authorized to furnish under any state term contract. By entering into the Contract, a Contractor authorizes the Buyer to eliminate duplication between agreements in the manner the Buyer deems to be in its best interest. 4.6 Additions and: Deletions During the Contract Term, section 1.4, the Department shall have the right to add or delete Commodities, Groups, Representative Models, or Manufacturer or Brand Names to or from this agreement by adding them to or removing them from the Price Sheets, Attachment D. Any new Commodities, Groups, Representative Models, or Manufacturer or Brand Names added shall be at the requirements, specifications, terms, and conditions herein or as later stipulated by the Department, and at mutually agreed pricing and discounts accepted, in writing, by both the ITB 01-25100000-C 2016 Motor Vehicles 53 � Page Confractor.and the Department. Commodities, Groups, or Manufacturer or Brand Narries may be removed at the sole disccetion of the Departmen#, per the requirements, specifications, terms, and conditions herein or as permitted by Florida Statutes or Florida Administrative Code. � 4.7 Price Adjustment Prices may be adjusted once during the initial term with the introduction of new models and annually during the duration of the contract,.starting on July-1st after the contract effective date based on the percent change (up or down) of #he MSRP, or the Producers Price Index.(PPl), whichever is lowest. All requests must be submitted to the Contract Manager. MSRP percent changes shall be verified by fhe Manufacfurer in the, form of a letter or other publication. Price adjustments.correlate-with the PPI-for the Series ID's in the table. below and as published by the Bureau of Labor Statistics, in the Department of Labor, Washington, DC 20212. These reports are accessible at the follo.wing website: http://www.bls.aov/data%. ---- __ - - - - - - - - . Groups Indus#ry �Code Industry Baseline -- - -- -- - 1: Sub-Groups A 3361103361101 Passenger. cars and chassis June 1982 & B, 2 . , � Motorcycles, including three-wheel . � ' 1: Sub-Group E 3369913369913 motorbikes, motorscooters, mopeds, and Decembe� 1984 , parts 1: Sub-Group C Trucks truck. tractors &: bus chassis & D,.3, 4, 5 3361103361102 �4,000�Ib.or less. Incl, minivans, & suvs �une 1982 � -. . . � Self=propelled golf cacts and industrial in- 6 3369993369991 June1985 � plant ersonnel carriers..and, arts_ When, requesfing a price adjustment, the Contractor may submit a justification in writing to the Contract Manager detailing.the reasons for the price adjustment request and demonstra4ing the calculable change in PPI or M$RP for the duration .of.months.on the current contract prior to the price that supports a price adjustment. The re uested ad'ustment for a rice chan e ma not e cee q � p g y x d the percentage change of the PPI the preceding twelve months prior�to the adjustment or the MSRP percent ehange. The contractor must complete Price / Model Update Form (Attachment. L) to have the pr.ice adjusfinent processed. The Department reserves the exclusive right to accept or reject any request for price adjustment. Price adjustments may.be effective only upon written approval by the Department and may not_be applied retroactively. During a Renewal, the pricing may be adjusted based on the percent change (up or down) of the MSRP, or the Producers Price Index (PPI), whichever is fhe lowest, for the te�m of th'e contract for each awarded Representative Model, and any correlating Identified Aftermarket Options, The Department resenres the right to request.price decreases at any time during the .term of the Cont�act if it`s found to be in the best interest of the State. 4.8 Ceiling Prices The Representative Base Model Vehicle Price, individual OEM Options Net Price or OEM Options MSRP credit,.and the. Identified Aftermarket Option Price for each Representative Model described in the Price Sheets, shall be the not-to-exceed Ceiling Prices under the Contract. ITB 01-25100000-C 2016 Motor Vehicles 54 � Page I 4.8.1 Charges and Fees In add'ition to_total profit, the Ceiling Prices established for the Base Vehicle P�ice, OEM Options Net Prices (after the OEM Option Discount is applied to the MSRP) or OEM Options MSRP Cred'its and the Identified Aftermarket .Option Prices bid are inclusive of all charges and fees, including the following: 4.8.1.1� Administrative 4.8.1:2 Environmental � 4.8.1.3 Title Application and Registration 4.8.1:4 . Plate Transfer 4.8.1.5 Preparation - 4.8.1 Handling 4.8.1.7 Freight 4:8.1.8 � Shipping 4.8.1.9 Delivery to any point within_the State of Florida 4.8.1.1.0 Warranty � 4.8.1.11 Any other charges or fees necessary to deliver the Representafive Model according to the requirements, specifications, terms, and conditions . exclusive of taxes: . 4.8,1.12 Installation (Fo� Options). 4.9 OEM,Options Discount � . The discount: percentage, listed. for the Representat'ive Model's OEM Options, shall be the minimum discount percentage applied off the current MSRP (Price, not Credit) for OEM Options - during the Contract period. If an 0EM Opfion� has a positive MSRP (e:g., $1:00), then the OEM Option Discount.(e.g.; 10%) will provide a lower OEM�Option Net Price f.or the individual .OEM Option (e.g., $'I.00 MSRP —.10% OEM Options Discount =$0.90 OEM Option Net Price);, OEM Options Net Prices shall be rounded to the nearest whole cent;�OEM Options MSRP Credits will be as stated in fhe MSRP 1ist. ' 4.10 Routine Communications All routine communica#ions and reports related to this shaU be addressed to �the Department Contract Manager. Contractors shall be required to update the. Vendor Information Form and submit to the Department with any changes. Communications relating to a specific order should be addressed to the contact person identified in the:purchase order or contract manager. Written communications may be by e-mail, regular mail, or other reliable delivery service. � 4.11 Compliance with Laws, Rules, Codes, Ordinances, and Licensing Requirements The Contractor shall comply with all laws, rules, codes ordinances, and licensing requirements � that are applicable to the conduct of its business, including those of Federal, Sfate, and local agencies having jurisdiction and authority. For example, Chapter 287 Florida Statutes, and Rule Chapter 60A of the Florida Administrative Code govern the contract. The Contractor shall comply with section 274A of the Immigration and Nationality Act, the Americans with Disabilities Act, and � all prohibitions against discrimination on the basis of race, religion, sex, creed, national origin, handicap, marital status, or veteran's status: Violation of any laws, rules, codes, ordinances, or � licensing requirements may be grounds for contract termination or nonrenewal of the contract. ITB 01-25100000-C 2016 Motor Vehicles 55 � Page i 4.12 Insurance Requirements To the extent required by law, �the Contractor shall be seif-insured against, or shall secure and maintain during the life of ttie contract, Worker's Compensation Insurance for all its employees connected with the work of this project and, in case any work is subcontracfed, the Contractor shall require the subcontractor similarly to provide Worker's Compensation Insurance for all of fhe latter's employees unless such employees engaged in work under the resulting contract are covered by the Contractor's self-insurance program.. Such self-insurance or insurance� coverage � shall. comply with tlie.Florida Worker's Compensation law. In.the event hazardous work is being performed by the Contractor under the resulting contract and any class of employees performing the hazardous work is not protected unde� VVorker's Compensation statutes, the Contractor shall provide, and cause each subcontractor:to provide, adequate inswrance satisfactory to the Department, for the protection of his employees not otherwise pr.otected. � The Contractor sliall secure and maintain Commercial General-Liability insurance including bodily injury, property damage, personal & advertising injury and products and completed operations. This insurance shall provide coverage for all claims that may arise from_the services and/or . operations completed under the contract, whether such services. or operations are by the Contractor-or anyone directly or�indirectly employed by them. Such inswrance shall include a Hold Harmless �qreement in favor of the State of Florida�and also include the State of Florida as .an Additional Named Insured.for, the entire length of the �resulting contract. The Contractor is . responsible for determining_ the minimum limits of liability necessary to provide.reasonable financial protections to the Contractor and the State of Florida under the resulting contract. All insurance policies shall be with ihsurer.s licensed or�eligib.le to. transact business in ffie State of � Florida. The Contractors current certificate of insurance shall contain a provision that the � insurance shall not- be. canceled for any reason except after thirty (30) days written notice to the . . Department's. Contract Manager. � - The Contractor(s) shall submit insurance certificates evidencing such insurance coverage prior to execution of a contract with_ the Department. 4.13 Notice of Legal Actions The Contractor shall notify the Depa�tment-of any legal actions filed against it for a violation of any laws, rules; codes ordinances, or licensing requirements within 30 days of the action being filed. The Contractor shall notify the Department of any legal actions filed against it for a breach of a contract of similar size and scope to this contract within 30 days of the action 6eing filed. Failure to notify the Department of a legal action within 30 days of the action may be grounds for termination or nonrenewal of the contract. � 4.14 Public Records 4.14.1 Access to Public Records - (1) The Contractor shall allow public access fo all documents, papers, letters, or other material made or received by the Contractor in conjunction with the Contract, unless fhe records are exempt from Article I, section 24(a), Florida Constitution or section 119.07(1) Florida Statutes. The Department may unilaterally terminate the.Contract if the Contractor refuses to allow public access as required in #his section. If, under fhis Contract, the Contractor is providing services, the Department may unilaterally cancel the Contract for refusal by the Contractor to allow access to all public records, including documents, papers, letters, or otfier material made or received by the Contractor in ITB 01-25100000-C 2016 Motor Vehicles 56 � Page conjunction with the Contract, unless the records are exempt from section 24(a) of Art. I of the State Constitution and section 119.07(1), Florida Statutes. (2) If, under this Contract, the Contractor is providing services and is acting on behalf of a public agency as provided by section� 119.0701(1)(b), Florida Statutes; the Contractor shall: � (a) Keep and maintain public records that ordinarily and necessarily would be required . by the public agency in order to perForm the service. (b). Provide the public with access to public records on the same terms and conditions that the public agency would .provide the records and at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law. (c) Ensure fhat public.records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by 1aw. (d) Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in �possession of the Contractor upon termination of the Contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be proyided to the public agency in 'a format that. is compatible with the information technology systems of the public agency. 4,14.2 Protection of Trade Secr.ets or Other Confidential Information If the Contractor considers any portion of materials made or received in the course of performing the Contract ("contract-related materials") to be trade secret under - section � 812.081, Florida Statutes, or otherwise confdential under Florida or federal law, the Contractor musf clearly designate that portion of the materials as "confidential" when submitted to the Department. If the Department receives a public records request for contract-related materials designated by the Contractor as "confidenfial,'' the Department will provide only the portions of the contract-related materials not designated as "confidential." If the requester asserts a right to examine contract-related materials designated as "confidential," the Department will notify the Contractor. The Contractor will be responsible for responding to and resolying all claims for access to contract-related materials it has designated "confidential.° If the Department is served with a request for discovery of contract-related materials designated. "confdential," the Department will promptly notify the Contractor_ about the . request. The Contractor will be responsible for filing, the appropriate motion or objection in response to the request for discovery. The Department will provide materials designated "confidential" only if the Contractor fails to take appropriate action, within timeframes established by statute and court rule, to protect the materials designated as "confdential" from disclosure. The Contractor shall protect, defend, and indemnify the Department for claims, costs, fines, and attomey's fees arising from or relating to its designation of contract-related materials as "confidential." ITB 01-25100000-C - 2016 Motor Vehicles 57 � Page 4.14.3 Retention of Records Contractor shall retain sufficient documentation to substantiate claims for payment under the Contract, and all other records made in relation to the Contract, for five (5) years after expiration or fermination of the Contract. � 4.15 Annual Appropriations � The State's performance and obligation to pay under this contract are contingent upon an annual appropriation by the. Legislatu�e. ' 4.16 Renewal Upon mutual agreement, the Customer and the_Contractor may renew.the Confract, in whole or in part, for a period that may not exceed 2 year.s or the term of the contract, whichever period is longer. Any renewal shall specify the renewal price as set forth in the.solicitation response. The renewal shall be in writing and signed by both parties, and is contingent upon satisfactory perFormance evaluations and subject to availability of funds. 4.17 Cancellation. The Department may unilaterally cancel _this Contract for refusal by the service provider to comply with this section by not allowing public access to all documents, papers, lettei-s, or other material made or received by the Contractor in conjunction with the Contr,act, unless the records are. exempt from Article 'I, section 24(a); Florida Constitution and Chapter 919.07(1), Florida Statutes. 4.18 Intellectual Property . The parties do riot anticipate that any Intellectual Property shall be de�eloped as a. result.of this -. . contract. However, any Intellectual Property developed as a result of this contract shall.belong to. . and be the sole property of the state. This provision shall survive the termination or expiration of this contract. - . 4.19 Gifts .. The Contractor agrees.thaf it sfiall not offer.to give or give any g'ift to any State of Florida � employee. This Contractor shall ensure that its sub-contractors, if any, shall comply with this provision. 4.20 Vendor Ombudsman A Vendor Ombudsman, whose duties include acting as an advocate for Bidders who may be experiencing problems in obtaining timely payment(s) from a state agency, may be contacted at (850) 413-5516, .or by calling the Department of Financial Services Consumer Hotline at 1-800- 342-2762. 4.21 Monitoring .by the Department The Contractor shall permit all persons who are duly authorized by the Department to inspect and copy any records, papers, documents, facilities, goods, and services of the Contractor that are celevant to this Cont�act, and.to interview clients, employees, and sub-contractor employees of the Contractor to assure the�Depa�tment of satisfactory.performance of the ter.ms and conditions of this Contract. Following such review, the Department shall deliver to the Contractor a written report of its finding, and may direct the development, by the Contractor of a coRective action plan. This provision shall not limit the Department's termination rights. ITB 01-25100000-C 2016 Motor Vehicles 58 � Page 4.22 Scrutinized Company List Contractor certifies that it is not listed on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, created pursuant to.section 295:473, Florida Statutes. Pursuant to section 287.136(5), _Florida Statutes, Contractor agrees the Department may immediately terminate this contract for cause if the Contractor is found to have submitted a false certification or if Contractor is'placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List during the ferm of the Contract. 4.23 Business Review-Meetings . _ The Department reser.ves the right to schedule business review meetings as frequently : as necessary. The Department shall provide the format for the Contractor's agenda. Prior to the meeting, the Contractor shall submit the completed agenda to the Department for review and . acceptance: The Contractor shall address the agenda items and any of the Department's additional concerns at the meeting: Failure to comply with this section may result in the Contract being found in default and termination of the Contract by the Department o� nonrenewal of the . � Contract. 4.24 E-Verify - = � � , . - Pursuant to State of Florida Executive Order Number 11-116, Contractor is required to utilize the U.S. Department of Homeland Security's E-Verify system to.verify the employment of all new employees hired by the Contractor during the-Contract term. Also, Contractor shall include in related subcontracts a requirement that sub-contractors perForming work or providing services ; pursuant.to the Con#ract� utilize the E-Verify system to verify employment of�all new employees hired by the sub=contractor during the Contract term. . 4.25 Manufacturer as.the Contr.actor If the Contractor is the Manufacturer (not a Dealerj of the Commodities awarded, they. may also include.specifc Dealer information in the Ordering Instructions in the provided locations. The Manufacturer, as Contractor, who elects to also include specific Dealer information within. the Ordering Instructions: is also required to appropriately register the listed Dealers as locations under the Contractor's Vendor registration in the State of Florida Vendor Repistration Svstem. The Manufacturer as Contractor is fully responsible for compliance with all the prices, discounts, requirements, specificafions, terms, and conditions of the Contract and for any actions or inactions of the Dealer(s) they include in the Ordering Instructions. Contractor agrees that DMS controls which statewide contracts appear in MFMP and that DMS may elect at any time to remove any Contractor's offering from MFMP. 4.26 Subcontracting . The Contractor shall not subcontract assign, or transfer any work identified under this solicitation, with the exception of those subconfractors identified in the Contractor's bid, without prior written consent of the Department. The Contractor is responsible for. all work pe�formed under the contract resulting from this solicitation. No subcontract entered into by the Contractor for pe�formance of work required under the contract, shall in any way relieve the Contractor of any responsibility for the pertormance of duties under the contract. The Contractor shall assure that all tasks related to the subcontract are perFormed in accordance with the terms of the contract. ITB 01-25100000-C 2016 Motor Vehicles 59 � Page i . �� . _ � � The Department supports diversity in its Procurement Program and requests that all subcontraating opportunities afforded by this solicitation enthusiastically.embrace diversity. The award of subcontracts should reflect.fhe full diversity of the citizens of the State of Florida. Contractor can contact the Office of Supplier Diversity at (850)487-0915 for information on minority Bidders who may be considered for subcontracting opportunities. - 4.27 Pertormance Qualifications The Department reserves the right to investigate or. inspect at any time whether the product, . qualifications, or facilities offered by Contractor meet the Contract requirements. Contractor shall at all times during fhe Contract term remain responsive and responsible. In determining Contractor's responsibility as:a Contractor, the agency shall consider�all information or evidence_ which is gathered or comes to the attention of the agency which demonstrates the Contractor's capability to fully satisfy the requirements of the solicitation and the contract. Contractor shall be prepared, if requested by the Department, to present evidence of experienee; ability, and financial st.anding, as well as a statement as to capacity of the Contractor for the production, distribution, and servicing of.the equipment bid. If the Department determines that the conditions of the solicitation documents are not complied with, �or that the equipment or parts proposed to be fumished does not meet the.specified requirements, or that the qualifications, financial standing, or facilities are not satisfactory; or that performance is untimely, the Department may reject the response or terminate the Contract. Contractor may be disqualified from receiving awards if Contractor or�anyone in Contractor's employment, has previously #ailed to perform satisfactorily in connection with public bidding or contracts. This paragraph shall not mean or imply that it is obligato .ry upon �the Depa�tment to make an in�estigation .either before or after award of the .Contract, but should the Department elect to do so, Contractor is not relieved from fulfilling all Contract requirements. 4.28 Contract Reporting - 4.28.1 Quarterly $ales Report (Contract Deliverable) . The Contractor agrees to submit a Quarterly Sales Report (Attachment M) on a quarterly basis to the DMS Contract Manager. Quarterly Reporting periods should coincide with the contract term and should begin the.quarter following contract execution. Reports are due fourteen (14) working days after the end of the reporting period. The Contractor is required to. report the vehicle sales for which the payment has been received; all open or pending orders shall not be included. A quarterly report is required even if Contractoc has zero sales to report for that quarter. Initiation and submission of � the Quarterly Report is the responsibility of the Confractor without prompting or notification from fhe DMS Contract Manager. In�addition, the Department may require additional Contract sales information-such as: copies of PQF's,- purchase orders, or ad hoc sales reports. The Contractor shall submit these specific ad hoe requests within #he specified amount of time as. requested by the Department. 4.28.2 MFMP Transaction Fee Reports The awarded Vendor(s) will be required to paythe required transaction�fees as specified in section 14 of the PUR 1000, unless an exemption has been requested and approved prior to. the award of the contract pursuant to Rule 60A-1.032 of the Florida Administrative Code. ITB 01-25100000-C 2016 Motor Vehicles � 60 � Page The Contractor is required to submit monthly Transaction Fee Reports in electronic , format. Reports are due fourteen (14) working days after the end of the reporting period. For information on how fo submit Transaction Fee Reports online, please reference.the detailed fee reporting instructions and training presentations available online on �the MFMP websife�: MFMP Transaction Fee and Reqortinq. Assistance is also available with the Transaction Fee Reporting System from the MFMP Customer Service Desk at the email address hyperlink: MFMP Customer Service Desk Email, or telephone 866-FLA- � EPRO (866-352-3776) befinreen the hours of 8:00 AM to 5:30 PM Eastem Time. 4.28.3- Preferred Pricing A�davit Requirement (Attachment F) - . . The Department shall .provide the Preferred Pricing Affidavit, (Attachment F), for � completion by an authorized representative of the Contractor attesting that fhe Contractor is in compliance with.the best pricing offer provision in section.4(b) of the PUR 1000 form: The Contractor agrees to submit to the Department, at least annually, the completed Preferred.Pricing Affidavit. 4.28.4 Savings / Price ReduCtions (Attachmenf G) Contractor shall submit one (1) accurately completed_ Savings / P:rice Reductions :form (Attachment G) with their Response containing the required savings information for each UNSPSC Code with associated Related Services offered and a method(s) for the Department to verify the savings information providetl.. Tlie Savings / Price Reductions focro shall not.be used to determine award; only to verify the Savings / Price Reducfions - being offered. . The Savings / Price-Reductions form shall be submitted to the Department per section 2.3.4.5 of the.solicitation. Failure.to provide the Savinas / Price . Reductions.form with the.Resaonse mav result in. Contractor beina deemed non � ` . � 4.28:5 Diversity Reporting . The State of Florida is committed to supporting its diverse business industry and . population through ensuring participation by minority, women, and veteran owned business enterprises in the economic life of the State. The State of Florida Mentor Protege Program connects minority-, women-, and veteran business enterprises with private corporations.for business development mentoring. We strongly encourage firms doing business with the State of Florida to consider this initiative. For more information on the Mentor Protege Program, please contact the Office of Supplier Diversity at (850) 487-0915 or email: osdhelpCc�dms.mvflorida.com Upon request, the Contractor shall report to the Department, spend with certified and other minority business enterprises.. These-reports shall include the period covered, the name, minority code and Federal Employer ldentification Number of each minority Bidder utilized during the period, Commodities and services provided by the minority business enterprise, and the amount paid to each minority Bidder on behalf of .each purchasing agency ordering under the terms .ofthis Contract. 4.29 �Contract Termination 4.29.1 Termination for Convenience The Customer, by written notice to the Contractor, may terminate the Contract in whole or in part when the Customer determines in its sole discretion that it is in the State's interest �to do so. The Contractor shall not furnish any product after it receives the notice of ITB 01-25100000-C 2016 Motor Vehicles 61 � Page termination, except as necessary`to complete the continued portion of the Contract, if any. The Contractor shall not be entitled to recover any canceilafion charges or lost profi4s. 4.29:2 Termination for Cause • The Customer may terminate the Contract if the Contractor fails to (1) deliver the product within the time specified in the Contract or any extension, (2) maintain ade.quate progress, thus endangering performance of the Contract, (3) honor any term of fhe � Confract, or (4) abide by any statutory, regulatory, or licensing requirement. Rule 60A- 1.006(3), F.A,C:, governs the procedure and consequences of default. The Contractoc shall continue work on any work not terminated. Except for defaults of subcontractors at any tier, the Contractor shall not be liable for.any excess costs if the failure to perform the Contract arises from events completely beyond the control; and without the fiault or negligence, of the Contractor. If the failure to perform is caused by the default of a subcontractor.at any tier, and if the cause of the default is completely beyond the control . of both the Contractor and the subcontractor, and without the fault or negligence of either, the Contractor shall.not be liable for any excess costs for failure to pe�form, unless the subcontracted products were obtainable from other sources in �sufficient time for the Contractor.to meet the required tlelivery schedule. If, after terminafion, it is determined . that the Contractor was not in default, or that.the de.fault was excusable, the rights and obligations of the parties sfiall be the same as-if the termination had been issued for the convenience of the Customer. The rights and .remedies of the Customer in this clause are � in addition to any other rights and remedies provided by law or under the Contract (Reference section 4.4 Financial Consequences). 4.30 Force Majeure � Except for the.payment.of money due, neither party.shalf be deemed in breach or default of this Contract in the event that either party fails to.perto�m pursuant to the terms and conditions of th'e Contract and the failu�e�is caused by, or is�in connection with, force majeure. The party suspending performance.shall giye prompt notice to the otherparty and shall attempt to cure promptly the cause for such suspension. Upon cessation of the .cause for suspension,, performance shall resume (or commencej as soon as reasonably practicable, unless otherwise. agreed to by the pa�ties. Nofwithstanding any other provision of this contract the parties agree that the settlement of strikes, lockouts or other industrial disturbances shall be entirely within the � discretion of the particular party involv.ed. For purposes of this Contract, the term "force majeure" shall mean acts or events. beyond the control of the parties, including, but not limited to, acts of God, strikes, lockouts, or other industrial � disturbances, riots, epidemics, landslides, floods, fires, washouts, aRests and restraints, civil disturbances, explosions, breakage of or accidents to pipe.lines; failure of equipment or,. compliance.with acts, orders, regulations or requests of any federal, state or local govemmental authority, whether or not of the same class or kind, reasonably beyond the control of either party � and which, by exercise of due diligence, sucti party is unable to overcome. . In 4he evenf a force majeure condition exists, or the potential exists for such condition, the Contractor shall inform the Depa�tment of the problem at the earliest practical time and present a. I, plan for retum to normal service. � ITB 01-25100000-C 2016 Motor Vehicles 62 � Page 4.31 Additional Provisions The provisions of paragraphs 287.058(1)(a) and (b), Florida Statutes, are hereby incorporated by reference. Balance of page intentionally left blank IT6 01-25100000-C 2016 Motor Vehicles 63 � Page Section 5 Attachments Attachment A Timeline (section 1.6) Attachment B Vendor Information Form (section 2.3.1) Attachment C � Past Performance Form (section 2.3.2) Attachment D Price Sheet (section 2.3.3) Attachment E State of Florida Drug-Free Workplace Certi�cation (section 2.3.4.3) Attachment F Preferred Pricing Affidavit (section 2:3.4.4) Attachment G Savings/Price Reduction Form (section 2.3:4.5) � Attachment H MSRP Certification (section 2:3.4.6) Attachment I Price Quofe Form (PQF) (section 3.12.2) Attachment J Vendor Acknowledgement of Order Form (section 3.13) Attachment K Request for Purchase of Mobile Equipment (section 3.12.3) Attachment L Sample Price l Model Update Form (section 4.7) � Attachment M Quarterly Sales Report (section 4.28.1) Attachment N Standard Draft Contract Attachment O Solicitation Checklist ITB 01-25100000-C 2016 Motor Vehicles 64 � Page Z510tl000-1&1 MOTOR VEHICtES __ Attachment D.4 - Price Sheet - Light Trucks and Spo Utili Vehi cles Sub-Groups A-B: Sport UUlity Vehicles ' Commodity Code No. 25101507; LIGHT TRUCKS AND SPORT UTILITY VEHICLES I I :;d�a.t:,: � � To review more information about EPA Fuel Economy please go to: -- -- - Please see the Into Sheet for Instruetbna, (3enerol InTortnadon, and roference Ke . � """'NOTE: THE PRICE SHEET IS NOT COMPLETE UNLESS IT IS USED IN CONJUNCTION WITH THE COMPLETE REQUIREMENTS, SPECIFICATIONS, TERM3, AND , CONDITIONS.""•• ' IdenWNd Aitermarkst Optbn" � Z MmWacturaN UM Albrnata BsNYMlcle D � s EsdmaEOA �� � Fwl f Prles LaaA-tlm� In Sub-Group EPA! IrMu�hy Clau ero �� Number Repreeentativa Modsl y OrpeNxalion Name T piscount � Vmt � Rain 5�bms. vent i R.a�n Receher / Nnch � GpibN (EM�t,ppC.00) D Days (WW) Flinue MqmMO, Sroe1CS Tace-0� Pack�pe Frke (� Prlce(:]fiRTl Dtv_a�S1.Y1C� j�,Kl�Yj l . . .. � ..... � . �� S 19.878.00 5% 90-120 No Bld t i�l.00 f 506.00 I 1 7018 Chevrolet Equlnoa FWO Ctlr LS (iLF28) $ - �', _,n dav cnewoie� 5wcK. �.,r^�__ f 20.J95.00 5% EO-720 t 1E9.00 S 7DY.00 f 37T.00 �� il � GarMr CMvrolet PonNac GMC S 27,10E.00 J% YO-120 No BIA f 72E.00 t S9E.00 '�, Chwrokt 2 2016 C�wrdet Equlrox FWD �Or LT (1LM26) $ � Alan JeV CheVroNf BYlck GMC s 21.�63.00 S% 60-120 { ieY.00 S 10G.00 f '�7.00 �. �11 3 ]01E CMvtoNt Tnz FWD IEr LS wNLS (1JU7E) Gar6er ChevT latk ontlac GMC s 17,9C5.00 S% 90-130 No B10 f 126.00 f S9B.00 �. 4 201! Chevrdet Tnx FVYD �tlr LT (1JV76) Garber Chevrolet Pontlac GMC s ���b.� 3% p0-170 No Bld f 126.00 f 398.00 GarOar Chrnlx OoOae Truck. Inc. f 1E,Y38.00 J% 90-120 No Bld f 1I!•00 i 49l.00 S 2016 DoAp� Journey FWD �dr SE (JCDH19) �Os AutoNaUon CDJR Pemboke Pinea f 17,J34.00 '3% l0-90 f 175.00 ! 1E6.00 f Sl5.00 0 2fNE Dodp� Journey FWD �tlr SXT (JCDEtB� Q GarDer Chrvsler poCae Truck. Inc. f 1Y,73E.00 J% 90-1Y0 No BW 3 7TE.00 f 59E.00 7 2018 Ford Eacapa FWD �tlr 5(WF) Don Reltl FwO S 77.Y7B.00 80% 120 2 ZS0.00 i YS0.0� f BD5.00 D4n ReIC Fwd f Y1,077.00 B% 120 f 351.00 f 130.OU t 695.00 B 2018 ForC E�cape FYVD �dr SE (1M0) GarDw Fad. I�. t 31.21l.00 S% DO-720 No BIC i 106.00 No BW �. Duval Ford LLC. i Y1.J17.00 ]MU 70a4 f 180.00 i 1E0.00 i D26.00 ForC Don ReiE FoM f 2�,199.W S% 120 f 252.00 f 270.00 { 695.00 9 2(HO Ford Edpe Idr SE FWD (KJO) Garber Fwtl. Inc. t 24,883.00 J% 90-120 No BW t 106.00 No Bld Do� Reltl Fora t 2B.BB0.00 6% 170 f 232.00 f Y80.00 f EB5.00 EPA Slze Clane: Small Sport �0 201a FwA Edpa �dr SEL FWD (K7J� Utlliry Vehicle, 2WD GarDSf iOrd. 1�. 3 TB.YYE.W 7ii 90-t7f1 No BIO { 10�.00 No BW 71 2018 6MC Txraln FWU Idr SLE w/SLE-7 (T�FZ6) $ Oarber GhevTflat PonGac GMC i YO,B46.W O% 90-720 No BIO S 74l.00 t 598.00 OMC Garber Chevrdet Pondac GMC f 22,J08.W 0% pp•720 No BIA t 746.00 f SBB.00 12 1018 OMC Terraln FlND �dr SlE wl5lE-2 (TLH28) r� Truc Alan Jav ChavroNt Buick GhIC t 72,B1J.00 S% 00-130 S 709.00 S 76Y.00 f 597.OD C 11 Garber ChrvaNr podoe TrucN Inc, f 17,lY6.00 0% YD-tY0 No BIC f 736.OD S Q9�.00 1S 2016 Js�p Compns FYVD 4dr Sport (MKTE�9) AuOONadon CDJR Pambroke Pinas S 1B.70D.00 S% 00-00 f 775.00 f 7ES.00 t SSS.00 18 I018 Jssp Canpn� FWD �dr Latltuds (MKTM49) Garbar C�rvsbr podce 7ruck, Inc. f 20.338.00 0% W-1T0 No Bld f 738.00 S lmE.00 AutoNatlon CDJR Psmbroke Plnea f 20.207.00 5% EO-00 t 175.00 f 165.00 S 383.00 17 201B Jaep Charokes fWD �Er Sport (KlTL7{) �P Oarbor ChrvsNr Oodae Truck Inc. S 20,76l.00 0% 90-120 No Bld S 7M.00 S 306.W tE 201E.WpCMrokrFWD4drLatltuds�KLTM74) GarberC�rvsN�DOEaaTruck Inc, t Y1,BC6.00 0% 90-120 NoBld S 12E.00 S 398.OD AutoNatlon COJR P�mDroke Plnes i 78,989.00 S% 80-00 No Bfd No BW No BM 79 2078 Jeep Petrlot FWD �dr SpoR (MKTE71) Guber C�mlar potlaa Truck. Inc. f 1E,956.00 O% 90-130 No Bid i 126.00 S 598.00 20 2018.M�p Patriot FWD 4dr l.atlNde (MKTM74) Garber Chrvsbr podoe Truck. Inc. S 20.1M.00 0% 90-120 No BW S 118.00 S 598AD Page 10! 9 28100000-16-1 MOTOR VEHICLES l Attachment D .4 - Price Sheet - Light Trucks and Spo Utili Vehicles Sub-Groups A-B: Sport Utility Vehic�es Commodity Code No. 25101507; LIGHT TRUCKS AND SPORT UTILITY VEHICLES I i Ucd,�.,,a , �, �� To review more information about EP Fuel Economy please go to: ` - Please see the Info Sheet for Instructions, General Information, and roference Ke . '""•NOTE: THE PRICE SHEET IS NOT COMPLETE UNLESS IT IS USED IN CONJUNCTION WITH THE COMPLETE REQUIREMENTS, SPECIFICATIONS, TERMS, AND CONDITIONS.`""' Identlfled ARermarket OptWns" AlMnab B�u V�hkb OEM EctlmateA '� 7 = MsnuhcNter/ Lina � Fual E Prlw �� Lead-tlme In � I SuD-0roup EPAV Intlustry Clase B � e �� Numher Repreaentativa Motlel a Organlzalion Name � o�scoum �� .��'���_4rin sni=ids Ven� � Ra�n ftece:ver: nitch CapaCla �SM4,i/p.00) E Day� �AMW) �MOUntetl. S�MMS. Tace-On, Packaue, Ptice I ��°�) r»ce�5zaea� rncet5s.rr��: � � Nissan 21 2016 Nissan ROgue FWO btlr S(2It 16) E 20,989.00 5% 120 S 789.00 No Bld S 815.00 �' _ _ I I I Pa�e 1 d 9 25100000-16-1 MOTOR VEHICLES � Attac D.4 - Price Sheet - Light Trucks and Sport Utitity Vehi Sub-Groups A-B: Sport Utility Vehicles Commodity Code No. 25101507; LIGHT TRUCKS AND SPORT UTILITY VEHICLES Ut�dated 1I?1'2�^16 T o review more information about E PA Fuel Economy please go ta � Please see tha Info Shset for Instructions, General Information, and reference Key. ""'NOTE: THE PRICE SHEET IS NOT COMPLETE UNLESS IT IS USED IN CONJUNCTION WITH THE COMPLETE REOUIREMENTS, SPECIFICATIONS, TERMS, AND CONDITIONS.""' IdsnWlsd Aftermsrket Optlons" t � ManWscturer/ Lina a�^��° BateVMklo �� EstlmafaA Sub-(3roup EPpJ Imfus2ry Clas� BrorW� Numbcr ReprewnLtfve MotlN� F � s Orpanlvtla� Namae Prica ' Dl�eount LB �p :��r ; na�n 3nle�as vmi � aain R=eiyer r ni Cawa. (Saa.xaK.00) ��� oe�n (aatl _::�.ae raw��ea. Snia+as, raro-on axKa� Pnce � Pncei>azaz� arice,SK.a#a��. ;�; 22 2018 Toyota Highlantler FWD 4dr 14 LE (SE) (8941) . � � . S 25,685.00 8% 90 f 158.00 No Bid S 535.00 Toyota T7 4018 7oyota HlphlarMar iWD �dr VB LE (SE) (BWE) Rounnee-rnoore 7ovot:+ i 29.650.00 E% i0 S 159.00 No &d t 3J5.00 Y4 3018 7oyota RAVI FWD Adr �E �SE) (�4J0) Rounhee-MOOre Tovota { 21,1E7.00 S% i0 S 1'Sp.00 No BW S �80.W EPA Sfze Class: SfaMntl Sport GarESr Clwvrobt Pontlac GMC S �,�6.W J1i 90-120 No81d f 126.00 f 3G6.00 UdINy VahlcN. 2N/D Tru k 35 TO7B CMvroNt Suburban 2WD Idr 1500 CommarclN (CC15B08) S Alan Jav C�evrdet Buick GMC CaClllac s �.176.00 5% 130•T00 S 189.00 i 1l9.00 t lN7.00 Garber Cl+evrolet Pontlac GMC f �O.Z86.00 3% 90-720 No BW S 1IE.00 � biE.00 28 2019 chwrdat subure�n riW �dr 1500 LS (cc19Y0E) S rruck Nen JaV CheVfdet euick GMC f b.3!l.00 8X 120-Z00 t 1lY.00 { 1lY.00 f l�7.00 i� Gerber ChaVrolat POntlac GMC_ s �g.J98.00 S% 90-720 No Bld i 11E.00 S 596.00 77 2fN8 Chevrolet Ta�w 2VYD /dr CqnmercW (CC1570E) $ k alan Jav Chsvrolet Buick GMC t �.�.� y.X 130-200 i 189.00 f ��•� 3 l�7.00 ChavroNt C il Garber Chevrdat Pontlx GMC f �7.926.W S% 90.1P0 No Bid f 12E•W i lW6.00 2B 2018 Chmolst Tahw 2WD �dr LS (CC15708� S Tr Alan Jav Chevrdet Bulck GMC S �9,1D9.00 5% 110-200 f IEY.00 f 1lY.00 S lN7.00 Catlll Garber C�evrolet Pontlx GMC S 2t.9EE.00 5% 90-110 No BW { 1T6.00 i SG6.00 2Y 2076ChwroMtTnwnsFWD Tr c Alan Jav Chavrdet Bulck GMC f 2�,02J.00 8% 60-110 3 189.00 f 789.00 f �7.00 illx Garber Chevrolet Pontlac GMC f 26,2E6.00 9% 90.120 No 81d t 126.00 f l�6.OU JO 2018 Chavrolat Trawrse FWD Ctlr LT w/1 LT (CR115I6) 7ruck Alan Jav Chevrolet 8uick GMC s �,477.00 S% 80-110 i 1l9.00 { 189.00 S 507.00 Catli AutoNatlon CDJR Pembroke Pinei f 25.9YY.00 19% 00-00 f 173.00 f 1ES.00 f M6.W �odp� 31 2076 Dafps Durwqo 1WU Idr S%T (WDDL73� Garber Chrvsler podae Truck. I�. S M,070.00 O% 70-120 No BW f 126.00 3 OY6.00 Don Reltl Fwtl i 2�.277.00 �0% 120 f 230.00 i 250.00 f 693.00 J2 ZIH9 FoW Expbrsr FWD rdr BaN (K7B) $ Garber Fwd. Inc. S 3t,4�0.00 7% 90-740 No Bld f 106.00 No Bld Don Reltl Ford f 7b.79E.00 E96 110 t 230.00 t 2'3U.00 f 695.00 7J 7U78 FwC Esporer FWD 4Ar %L7 �K7D) $ Dwal Fad ILC. f 27,2�8.00 JO% 70bA t 160.00 t 1E0.00 f 525.00 Don Rsitl Fwd S 2YA92.00 S% 120 S 290.00 t 250.00 i 69E.00 JI 2078 Fad Expedlibn 2WD IOr XL �U1F) Garbar Ford. Inc. f J0.793.00 D% YO-120 No BW t t0E.00 No BM Duval Ford LLC. S J0,362.00 13% 70b1 i 1EO.W t 1EO.W f 623.W Don Reid Fortl S 74.9DB.W 1% 120 i 3D0.00 f YS0.00 f 6iS.00 Fortl 33 2016 Fwtl EicpaAHbn 2WD 4dr XLT (U1H) Duval ForO LLC- S J3,596.00 ]0% 7021 f 7E0.00 f 7E0.00 ! 325.00 GarOer Ford. Inc. S 75,515.00 1% o0-iT0 No 81d f 706.00 No BIO Don Refd Ford f J1.790.00 9!� 77Z0 f IQ0.00 f 2'JD.00 3 893.00 3B 2078 ForA Ezpeditlon EL 2WD 4dr Xl (K1Fl Garber Fqd. bw. f 34,C01.00 S% 90-1211 No BW f 708.W No BW vase a a 9 RSl00000-16-1 MOTOR VEHICLES Attachment D.4 - Price Sheet - Li ht Trucks and S rt Utili Vehicles Sub-Groups A-B: Sport Utility Vehicles Commodity Code No. 25101507; LIGHT TRUCKS AND SPORT UTILITY VEHICLES „€r�,afCC "'�'%4c To review more infortnation about EPA Fuel Economy please go to: � Plesse see the Info Sheet for Instrucdons, General Mfortnat(on, and roference Key. `""`NOTE: THE PRICE SHEET IS NOT COMPLETE UNLESS IT IS USED IN CONJUNCTION WITH THE COMPLETE REQUIREMENTS, SPECIFICATIONS, TERMS, AND CONDITIONS.""' Identified Aftertnarket Optlons�� Alternala Baea Vehl�le OEM Eatlmafed ManWacturer/ O tbna 1 3 LI� � Fu@I e Plke P Lled-dmafn ,v ,��ntiniJn=� �enr_RaVn Rece�vnr/MXeh SuD-Croup EPAI Industry Ckss 8 ��� Number RepreaenfaWe Motlel 6 Orpanlzatbn Name � Discount � .- -_._ __ .. Cepeble (5##,#N#.00� (�� �6 Deye �#N#) J��!!?�' Mo�nt_ai„ ShieMSya�, o� Packane Prks =e: x:tk� ance.,S+tuce'� !Sn.,�a�. I I � .� E 34,687.00 15% �084 5 180.00 f 160.00 S 525.00 Page E o19 251�'l�i-11M�TOR VEHfCLE3 Attachment D.4 - Price Sheet - Light Trucks and Sport Utiii Vehicles Sub-Groups A-B: Sport Utlifty Vehicles Commodity Code No. 25101507; LIGHT TRUCKS AND SPORT UTILITY VEHICLES Opda[ed �° � ` �� � To review more fnformation about EPA Fuel Economy please go to: Please ses the IMo Shest for InaVUCtions, General Information, and reference Key. """NOTE: THE PRICE SHEET IS NOT COMPLETE UNLESS IT IS USED IN CONJUNCTION WITH THE COMPLETE REQUIREMENTS, SPECIFICATIONS, TERMS, AND CONDITIONS.""" WenHfled Aftem�arket Optbnt" Manu(acturm/ �^sY BaN VMkM �� E�drrreed � 1 Llrw a Fual e Prlw � Laatl-tlm� In SuD.Group EGA/ Intlusiry Ciass B � a �7 N � m �� Raptewnmtive Madal 6 Orpanlzafbn Name � DHCOUnt �� v_,on�! aa�n Snines Ve"�; aein RgcW�e� Mncn CY�gbh �§pl/.pqy��) (�%; pyy� (p�/�t) Fl�rwe MounJM� Shbldx TapnOn, Packaae FrKe Prlce(S%W�� Price15C.AFY+ (SCW�. . . E J7,381.00 1% 720 S 250.00 f 15.00 S 895.00 J7 2018 Fwd Expetlltlon EL 1WD Idr %LT (K1H) Duvai Fortl LLC. S 3b,00).00 70% 70-84 f 1E0.00 f /6U.00 f 325.00 Garbar ForC, Inc. f �7,917.00 5% Y0.110 No &d i 100.00 No Bltl �� Garber Chevrolet Pontix GMC f Z5,72E.00 0% 90-1Y0 No BM 3 14E.00 t 590.00 � JB Y01B GMC Aca01a fWD �dr SlE w/SLE-1 (7R74338) T�uck Alan Jav Chevrolet BWCk GMC f �p.198.00 9% BO-120 S 1N.W i 1l9.00 { lp7.00 Cadill 19 2016 GMC Acadla FWD Mr SLE wfSLE-Y �TR/r328) Garber Chevrolet Ponqac GMC f 7E.3�6.00 0% Y0.120 No Bld { 11l.00 S lW6.OD �I Truck OMC Garber C�evwlet Pondx GMC I Truck f 3E.�76.00 0% 90.730 No Bltl { 11E.00 f SYE.00 ., JO ]0/6 6MC Vukon 2WD �Ar SLE �TC15706) $ I Alen Jav Chevrdet Buick GMC f 38.Bp7.00 S% 720-200 f 1�.00 f 1lG.OD f 9Y7.00 � 111x Garber Chevrolet PonNac GMC S �0.90b.W ML 90-140 No BIE 3 1Y6.00 f 596.00 I ' , �7 7018 GMC Yulco� XL 2WD 1Ar SlE (TC17908) T� k I Alan Jav CAevrdet Bulck GMC s q� 9p7.00 5% 110-100 3 1l9.00 { tlY.00 { 9i/.00 C III �Mp � 201e Je�p Carend ClwrokN RWD 4dr LarWo �WKTH71�' $ AutoNation CDJR Pembroke Fines S 25,i37.00 D% 80-00 f 1'IS.00 s �ea.00 S 613.00 I Roun ee-MOOr hevrole adil c 41 Z018 Nlswn P�thllnGr 2YVD �Ar S(�5116) Nisa f 76.JYE.00 1% 90 3 18Y.00 No BIE f QlS.00 �'� N4san I 4S 201e Nl�aan Patldlndv 2WD Idr Ve SV (25D1E) Rountree-M re C vrd Illac f ?8.319.00 1% 90 f 769.00 No BIC t 5BS.00 I Is an Toyofe IB 2016 Toyof� ARunmr RWD �dr V6 SRS (SE) (!N2) Rytmtrae-MOOra TovoL t �1,424.00 !% DO f 1l9.00 No Bk S 585.00 I Sub-Group B- SPORT UTIU7V VEHICLE. EPA Sixe Clasa: Small Sport Garbef Chevrdet Pontlac GMC <WO fINCLUOlNG ALL WHEE� DRNE Utltiry VehiCle, 4W� T �� S 21.7J8.00 J% 90-120 No BW f 126.00 f 3BB.00 I A � 1 17 201E ChwrdN Equlnoc AWD �Er LS (1LO28) $ '��. PJanJavChavrdatBulckGMC f 21A2�•00 9% 80-1p0 f 1l9.00 { 1li.00 S J97.00 I C�011lac GarDer C�wrdst Pontlac GMC f 2I.lBS.00 J% 90-720 No Bld i 12E.00 t SG6.00 Trutk Chwrokt 48 201E Chwrolet Equlnox AWD idr l.7 (1LK48) $ i Alan Jav C�evrdet Bulck GMC i �.�.� y� �120 S 7l9.00 f 189.00 f lW7.00 � Ca01118c Garbar Chev�olet Pontlx GMC i 19 1016 CMvrolat Tru AWD �dr LS wHLS (1JR7l) Truck S 19,�l6.00 5% 00-120 No BW f 12E.00 3 SYE.00 I 60 207E ChwroNt Traa AWD �Ar LT (tJ376) Garber Chavro k ontlx GMC_ f x�.ne.00 S% W-720 No B10 i 12E.00 f 'Ji6.00 �'�. Garba� Chrvsbr podoe Truck. Inc. f 41,8YE.00 �'K YO•720 No Bld f 12E.00 f l96.00 N 3078 Dodpa Jounrey AWD Idr SE (JCEHI9) �9e AutoNatlon CDJR Pembroke Pines i Yl.209.00 9f1 80-W f 175.00 f 763.00 t 6f6.00 I 32 ]01E Dodp� Journ�y AWD �dr S7(T (JCEE19) Garber ChrvsNr podw Truck. Inc, f t2.9Eb•00 J% 90-120 No BW f iZE.00 S �.00 I Fottl I I Do� RaW Ford f 3t.1EY.00 E% 1]0 S 23t.00 f 290.00 f o95.00 ' 53 2018 Fud E�cape OWD 40r SE (U9G) Duval Fortl LLC. S 21,552.00 JO% 70d4 S 180.00 S 180.00 S 525.00 Gage 5 of 9 ;' - 2:C^IOq000-1�-1 MOTORVEHICLES " , ,, Attachment D.4 - Price Sheet - Li ht Trucks and S ort Utili Vehicles Sub-Groups A-B: Sport Utility Vehicles Commodity Code No. 25101507; LIGHT TRUCKS AND SPORT UTILITY VEHICLES i;P;dat�c ' To review more information about EPA Fuel Economy please go to: �rrww fueleconomv qov/ Please sss the IMo 3heet for InaWcdons, Gsnsroi Infomiatlon, and reference Key. ""'NOTE: THE PRICE SHEET IS NOT COMPLETE UNLESS IT IS USED IN CONJUNCTION WITH THE COMPLETE REQUIREMENTS, SPECIFICATIONS, TERMS, ANO CONDITIONS'•'« IdenUfled Attertnarkat OpUona'� t Z Manufacturer! Llne Allemafe Baae Vahlcle O � s EstlmatW • Fuel e Prlce � lead-tlmeln ,�._i?,�,5� id:y ve <_,,ia:n w � � n Sub-Group EPA/ Indu�by Clau 81e �� Numher RapresenfnNVe Modal Orpanizatlon Wme Dlscount __ . __ CaPe�� (SkM.#A;V.00) � (�� Days (#,Mp��� Nr� }e+tl sn<��a 2' Y �'� P k u' __ ;5tt.Y.uA��. vx'd:�. s z�.se�.00 a� eo-ixo Noeb s ton.ao rroea Don ReiC Fora S YS,�L1.00 7% 120 S 250.00 S ]'J0.00 f 693.00 54 2018 Fad Edpe 4dr SE AWD �K�4) Ouval Fortl LIC. t 26,288.00 JO% Oe-70 S 1l0.00 i 180.00 S 5Y5.00 Don Reltl ForO S Z8,172.00 1% 120 f 250.00 f Y30.00 f 895.W 55 2018 Fortl EAp� Cdr SEL AWD (K�.1� Duval Ford LLC. f 2D,OW.00 ]0% CA•70 f 780.00 i IE0.00 t SIIS.00 GarDer C�avrolet PonUx GMC f SZ,J7E.00 J% i0-110 No BIO t 12E.00 { 60E.00 Truck 3B 2018 OMC Terraln AWD �dr SLE wISLE-1 (TLOYO) $ Alan �av Chevrolet Buick GMC f 23 �0 �0 , 3% EO_�p : 1E9.00 f 1l9.00 f 387.00 OMC � +11e Garber Chevrolet Pontlx GMC f �,928.00 3% 00-120 No Bid { 126.00 f 588.00 Truck 37 207e GMC Txraln AWD �dr SLE w/SLE-2 (TLKYB) $ Alan Jav Chevrolet BWck GMC S 21.431.00 S% EO-1Z0 f 1lB.00 f 1lY.00 t SD1.00 C� AutoNaUon CDJR Pembroke Plnes i 21,324.00 S% EO-00 S �75.00 t 185.00 t SB5.00 80 2018 Jeap C�erokea 4WD �dr Sport �KW L7{) Garber Chrvsler potlae Truck. Inc. S Y2.U68.00 0% 90-120 No Bltl S 128.00 i 508.p0 81 2(NB Jaep Cherokw IVJD 4dr Latltutla �KWM7�) GarEer Chrvsler podoe Truck Inc. { 23.298.00 0% BO-710 No 81d t 12E.00 f 59E.00 JeeP 8Y 2078 Jasp Cpnptss 4WD Idr 8port (MKJE49) AutoNadon CDJR Pembroke Plnes 3 19,009.00 9% 6p-00 t 175.00 i 1ES00 S 3E3.00 83 2018 Jeep Compae� 4WD 4dr Letkuda (MKJM49) Garber Chrveler podoe Truck Inc S 2I.O7E.00 OX 90-120 No Bid S 7M.00 f 588.00 84 1018 Jeep Petrbt 4WD �dr Sport (MKJE7q AutoNation CDJR Pembroke Pinec S /8,TA4.00 5% 6py0 S 175.00 S 165.00 f 653.00 85 2018 Jeep Pstrbt 4WD �dr LatlWA� (MKJM7�) GarDer Chrveler podoe Truck Inc. f z�.e�e.00 O% 90-130 No Bid S 126.00 S 596.00 Nbun 86 Y(HB Niwn R w AWD �dr S 2Y218 Rou tr Moore C vr t Cadifiac oG ( 1 is n f Y3,Y24.00 7K 120 S 768.00 No Bld f 563.00 87 2018 Toyota HlphlaMer AWD Idr VB LE (SE) (6908) Rountree-Moore Tovota i J7.33T.00 8% 90 t 159.00 No Bld S SJ6.00 Toyota 88 31118 Toyofa RAV4IWD OUr LE (SE) (4432) RounVee-MOOre TovoU S 24,434.00 E% gp S 7lW.00 No Bitl S �80.00 EPA Slza Class: SLndard Spor1 Utill V�hkle, 4WD Garber Chevrdat PonWC GMC . � Truck i 41,776.00 J% 90-120 NoBitl f 1Z8.00 S 598.00 89 2018 Chevrobt Suburben 4WD Itlr 1300 Commerclal (CK7S90E) $ , Alan Jav Chevrolet Bulck GMC s +� �� ,� �p�pp S iS9.W f 109,00 S 397.00 ��� Cadillx Alan Jav Chevrolet Bufck GMC f q3.118.00 596 120-200 S 189.00 S 189.00 S 597.00 CaAiilac �n �ma r�,e,,...i.� <�,ti�.n�,, ewn e.�. �cm i c irw�wm� c - Page 6 0l9 - 25100000-16-i MOTOR YEHICLE3 Attach D.4 - Price Sheet - Light Trucks and Spo Utili Vehicles Sub-Groups A-B: Sport Utility Vehicles Commodity Code No. 25101507; LIGHT TRUCKS AND SPORT UTILITY VEHICLES Upd_,,.-�a - To review more information about EPA Fuel Economy please go to: Plsess sse the into Shest Mr InsUucUo�, General Informat(on, and reterence Key. ""'NOTE: THE PRICE SHEET IS NOT COMPLETE UNLESS IT IS USED IN CONJUNCTION WITH THE COMPLETE REQUIREMENTS, SPECIFICATIONS, TERMS, AND CONDITIONS.""` Identtfled Aftertnarket Optio�a" Allsrnab B�w Vehbla OEM Estlmatad ManWxturer/ O s 5uD-C3roup� EPN IrWusM CIauZ BranC� Number Repra�anhtlw ModN� Fwl 6 W{pnizatlon Name� Prks 7 Dlacount LeaO.tlma'n� , �! ' ftain S��eWs Venl I Rain ReroWer / MrtG� CBPBCI� �EpkMMN.00) ! Days (#Nli) �!pe Mpmfetl ShfeiES.,Tace-On. Packape, V�SCe �� r' Prlce(RitpK#I PrltelS#1#ar� '.SCNKii) rI .� ��.��..�..�.�.����.�..�..���..�������...����� � I ._.. . - S 43.796.00 7% 90-12o No Bitl f 128.00 f 386.00 � I I I I I t'.�Rr J ol 9 II � ' 25100000-18-1 MOTOR VEHI�,:ES " Attachment D.4 - Price Sheet - Li ht Trucks and S rt Utili Vehicles Sub-Groups A-B: Sport Utilfty Vehicles Commodity Code No. 25101507; LIGHT TRUCKS AND SPORT UTILITY VENICIES To review more information about EPA Fuel Economy please go to: "=�n�ww fueleccn^ -; ;' Pleaae sse the Info Sheet for InaWctiona, Generai IMortnatlon, and reference Ke . ""'NOTE: THE PRICE SHEET IS NOT COMPLETE UNLESS IT IS USED IN CONJUNCTION WITH THE COMPLETE REQUIREMENTS, SPECIFICATIONS, TERMS, AND CONDITIONS.""' IdentHfed Aftermarlcst OpUons'� Menufecturerl AltemaEe Bwa Vehicle � EsGmand 7 s Lina a Fuel 6 Pd Optlona Le�tl-time In .., SuDGroup EPA/ lnduehy Class Brand� Numbar Representattve MotlN e Organiratlon Nsme T Dlscount �� ?�� si: us vent � Kain R e� . yrech Gpabls (8##,#xk.00) a Oays (fplM) .. 3. ^�_W �� SnmeWS, race�n. p. xao ;,}'_ ��%) _.ce t3u kriV� PrlcE ,�5t,' k�ll1 Mt �� �� �� � E 74,878.00 0% 90-120 No&d S 128.00 S 596.00 77 2016 Chevrolet Suburben 4WD 4dr 3500 LS (CKJ5908) Alan Jav Chevrobt Buick GMC S 7E,100.00 8% 120-200 f 160.00 S 180.00 S S7I.00 CaElllac Garbef C�aVfOlat POntleC GMC f �.�.� �1i y�-1�0 Ho gy S 7IE.00 S 69E.00 Truck 77 2018 ChevroNl Tahoa IWD 4Er Commarctal (CK79700) Alan ,lav Chevtolet Buick GMC f JB,542.00 6% 720-200 f 189.00 f 7l9.00 f 397.00 Cadlllac Chwrolmt Alan Jav Ctwvrolet Bulck GMC S qp,�1.00 3y. 1Z0-200 { 789.00 • 1lY.00 f 591.00 Cadlllac 77 Y01! Chwrdat Taho� �VY� �Ar LS (GK15700� Garber Chavrdat Pontiac 6MC f �,�.� �% gp-1Y0 No BIE f 12E.00 { QYp.pO Truck Garber Chevrolet Pw�tlx 6MC s p5,93B.00 7% 90- rru tzo nwea s �ze.00 s sse.00 7� 401E ChsvrolatTrwsru AWD �dr LS CV1�3T6 A�an Jav ChevrWet Buick GMC I 1 �� f zS.ee�.00 s5r, eo.tto f teo.00 i tea.00 i s�7.00 Rountree-MOO �.� camu� s x.00e.00 �x 90 s �ee.00 roo ea ra ew INsun Garber Chevrolet Pontiac GMC f Y8,276.00 77: 90-170 No Bld S iZ8.00 f SB8.00 Truck 73 20/8 Chavrobt Trawne AWD 4tlr LT wNLT (CV74528) Alan Jav Ch�av� �t Bukk GMC S 28,328.00 9% 80-120 f 789.00 S 188.00 S 597.00 Rountr e vr I C Illac S 2B,J88.00 4% 90 S 1E0.00 No Bld No 81d Nlaaan AutoNatlon CDJR Pembroke Pines 3 27,72Y.00 15% EO-00 f 175.00 i 1E6.00 f E45.00 DoAp� 78 20/8 DoApa Duranpo AWD 4Ar S%T �WDEL)3� Garber C�rvsler podae Truck. Inc. S Y7,BTB.UO 0% 90•120 No 81d 3 1IE.00 f 59E.W pon Reld Ford f 25,Y07.00 4% 170 f t50.00 t 2'J0.00 f E99.00 77 IfHE Ford Expbrar �WD �dr Bafa (N!B) $ Garber Ford. Inc. S �,Yl7.OD 4% 90•720 No Bld f 706.00 No BW Duval Ford LLC. f 2B,I37.00 20% 70�4 f t60.00 f 1E0.00 t 525.00 Don Reltl Fo�d f 29,758.00 5% 120 f 230.00 S 250.00 f 683.00 7B 2018 ForO Expbraf 4WD �Or XLT (KBD) S Duval Ford LLC. S 2Y,797.W 30% 702� S 760.00 f 1E0.00 f 626.00 Gar6er Ford. Inc. f 28,009.00 0% 90-120 No Bid f 106.00 No Bid Don Haitl Ford S 32.2D0.00 1% 120 S 250.00 S 230.00 f 693.00 79 2(MB FwE Expeditlon 4WD 4tlr XL (U1Gi F� Duval Fortl ILC. f 33,221.00 15% 70.8! { 180.00 f 780.00 S 573.00 Vage 8 of 9 25100000-16-1 MOTOR VEHICLES Attachment D.4 - Price Sheet - Light Trucks and Sport Utili Vehicles Sub-Groups A-B: Sport Utility Vehicles Commodity Code No. 25101507; LIGHT TRUCKS AND SPORT UTILITY VEHICLES uoclated ':; `, To review more informatio about EPA Puel Economy please go to: - Please see ths Info Sheet for Instructio�s, General InfortnaUon, and roterence Ke . ""'•'NOTE: THE PRICE SHEET IS NOT COMPLETE UNLESS IT IS USED IN CONJUNCTION WITH THE COMPLETE REQUIREMENTS, SPECIFICATIONS, TERMS, AND ' CONDITIONS.""' Menufacturer/ AtternaM Bwa Vshkl� OEM E � n �� Idsntlflad Aftsrma�lcet Optloro" Sub-GrouP� EPN industry Clwe 7 LI � Re �sanLtiv� Modal� FuN p � � Prke � Lwd-tlm� In g� Numbar a 6 7+��Z�� N+me � Dl�eount �� �', ,. R�in Sn�eide �en� i Rz_ Rece�rer; M�tcn GPbN (S�M,awt.00) e Day�(alkY) _� �AeMqmt��ea nMas.iaM{)n� vacKao Pn�ce (��') � P�:ice','3a.aNk�, PrICO:SM.Y#Y'. 151.A#il'� 1 I '. .. . i 3i,570.00 ' 1°6 120 f 250.00 f Y30.00 f 895.00 80 2018 ForO Expetlitbn /WD Odr %LT (U1J) Duval ForE L�C. 1 JB.162.00 JO% 70d1 t tE0.00 t 7E0.00 t 543.00 Don ReW ForE f �E.lEJ.00 2% 110 S T30.00 i YS0.00 t E95.00 e1 IOtB Fortl Etpsdfdon EL 4WD �dr XL (K10) Garber Fortl. Inc. S 36,9P6.00 O% BO-7t0 No BW f 106.W No BIA Duval Fortl LLC. f J7,28Y.W 1TK 70�4 S 1E0.00 f 1E0.00 f 335.00 Don RNC Fwd f JY,Y6S.00 J% 120 f ZS0.00 f 2D0.00 f 6Y6.00 !� 201! FwC ExpsAlUOn EL IWD Wr XLT (K1J) Duval Fad LLC. S OO.E07.00 JO% 768/ S tEO.OD S 1E0.00 t S�S.00 GarEer Chevrdet Ponnx GMC = ��.� � gp_720 No BM f 126.W f lW6.00 E7 201e OMC Acetlla AWD rOr S�E w/SLE-1 r k R�»1 ' ni.n �av cnavra.� eukw crnc s 2e,oet.00 sw eo-tao s teo.ao s ,eo.ao s so�.00 caarux GarWrCMVroletPontlacGMC t 29,YY6.00 0% 90-110 No81A f 12e.00 i 596.00 Truck !t 2010 OMC Acatlla AWD Adr SlE w/SLE-II (N1131E) Alan Jav CMvrdat Bukk GMC S 30,62J.00 'J% EO-120 S 189.00 t 188.00 f 5�7.00 CaAi11x OMC Gafbef Chsvfolet Pontlac GMC f �7,1%.00 0% C0.120 No Bld S 7�.00 f 50E.W BD ZOtE OMC Yukoo 4WD Mir SLE (TK1370B) S ru Alan Jav Chwrolet Bulck GMC S 11,EE0.00 5% 720-200 f 7l9.00 i 1l9.00 1 547.00 Cadll�x GarDer CMvroNt Pontlx GMC S u,73E.00 0% 90-t20 No BW t iZE.00 3 SY0.00 Truck EE 201E OMC Yukon XL 4WD Itlr SLE (TK1S90E� $ Alnn Jav CMVroiet Buick GMC f M,J71.00 S% 120.200 f 1EBA0 3 1D9.00 t SY7.00 S�I� ,I�p M M16 Jasp 6ranA CMrdts� IWD �dr LarWo (WIfJM/�' $ AutoNatbn CDJR PamMoke Pines S 3E.�YD.00 9% l0-00 No BM No Bld No BItl !9 307E Nluan PelMlnder �WD �Or 5125016) Ro ntr M IsN Cadi�lx S �.17l.W N� 0p f 18p.00 No BW f SE3.00 NISNn YO 2018 Nlssan PatlAlnder 4WD 40r SV (28310) Rountr -M a n Cadillac f �p,195.00 �% BO f 169.00 No 81A t 385.00 Toyoh Yi Z018 Toyofe IRUnnar 4WD �dr VB SRS �SE) �BE6�) Rountree-Maore Tovote f 37,OJ4.00 !% 90 S 169.00 No Bitl S 585.00 I(EY: wn • nia n�aiaa.. �(l4MM�k1 ` P�M'lou� RoWewnhtlw MoOM. VNWa1e Curnnt Roprawnfativa MoON �p�eMIW In tl�is dH. Va{e 9 d 9 2S1 1&1 LES Attachm D.4 - P�ce Sheet - Li ht Trucka and S ort Utiti Vehicles Sub-Groups C-D: Trucka Under 1 Ton Commodit Code No_251 LIGH TRU OR SPORT UTILITY VEHICLES .. --- _- _. . _- - --- . _--- _ .- -----�-- --- --- - - ---- - � To review more information about EPA Fuel Econom lease o to: �� � Pleaae sN !ha IMo Sheet tw InstrueNons, Geneni I�Aorm�don, and nt�nna K. """NOTE: THE PRICE SHEET IS NOT COMPLETE UNLESS IT IS USED IN CONJUNCTION WITH THE COMPLETE REQUIREMENT3, SPECIFICATIONS, TERMS, AND CONDIT10N8.""" Id�tlMd A/bmnrk�S Optlom" 1 3 Ma "�'�� 1 Une AllarnMa !�M YYtlth O[M OptloM EpY�M SW-0twp EPN hEUtlry CYb ��� Mrtbr Rpr�sMf�IM MoAN� FuN ���� � hle� (ANI.NM 00) OYCeunl taWaY�w In ':+�" q� S�g9L. .Yl1LAJL1 Niwsr Boev. f9L�^St `�01ffi_ CTWb � (N911 a1�I�M�� �� NamW. .yr�elM.TU-0n. Gaws.-tRri LitM1�wniiM� �y Poic�iYr�en �/�/ �LJif. 5�il..:.. _ . .. .. . ..._. •. -: .. 77 101! tN�am FimtM tYYD Nbq CM M MRo B �7707�) _. .:- 7 ]0.l17.00 !% /M ! 1N.W No BW No BM 1b gM a.�.ia.nx.�,.aK. s m.eee.00 ex u.iw t �nm � tw.ao Noaia noea ��'��' f II,�ftAO 6% 720 f WAO WBW Ib81a WgM U ION Nha�n FraMMr 7WD KYp Ctl M Auto SV �l111l� Nan Jav Mlsm 4rc � f1.M7.N /% M-1M 1 /p.00 � 7MM No B10 No BM Rmtine-MOweCnevrob[. ! S].3HA0 N 710 � tYAO NoBM NoBtl NoBW t! 20HMUmF'mtlertWUNbpG4WAUlolV(111/q lPRCWS:Gmpw.YPlct�y Nbtm !?l3n.x.l9 i ]�.MiAO 6% M-iR � 1p.00 t ip.00 NeBM NeBW TrucM.3WU F�iuqrx-MOaeCLeridw. / 1].WAO f% 1f0 � 1qA0 NoBN lbBM NoBftl H 1Bt� lkuri FrqMNr 2ViD Cmr GE BM/B Nto 1(f211�� -- � x�.�n.00 w �e-ue � �a.a t mne raae woea Ra�Mra��l, oon ChevrolN � Ur1�.00 6% 110 { iM.00 No BIO No BN No BM 17 f01�N1�rnFraMler2WOCrewCapBWBAUtoBVl�bil) N�nAvlUaun4ic. t 24.N7A0 f% M-iM ! 7p.00 � 1p.M WBW NoBW � ci,...a�. t u.a�.ro a �» t �a.ao wo ra rb a�e Mo aa u snw�n.nFrwm.�xwoerowc.o�wenwsvlu„n AlanJnWUwtlnc � 7l.tf/A0 N M-7M / 7pA0 ! ip.00 NoBq No9M EPR Clna: 1r1 Ton PkYUp GMVroM Gar�Gliev_riNSl F�nt_ GMG irueY.2WD U ]01[CMVroMIBMVaraEa160p7WDRpCW779.0'WOrFTluci1CC1610]) e i.k i 1f,R7�.00 7% M-Hi NoBtl 1 7t�A0 NoBW No9M m b/�CMVro1MBYwrtlo1W07YANNCa077�.0'LTM11lTP�1q0�) g �'-�L4SVT�1ey�vPnnacGM4. � 27XN.00 7% �0-730 NeiO / 7tl.00 NoBW NoBN 7/ 7Bt� CMvroIM BYrw�Oo ti00 2MID Wp Cab 77iA' Wak Trtck (CCitlW) g 4+�bs! Cl�evrdN Pw�11ac OMC � M7M.W 1% M-iM No Btl i i1�.M NolM No Bltl 77 lONCMVroMBYwradotMB3WDRpCm177A'LTMHLT�CCtlWll e 6uCe+CMV�aMPaMbcOMG � n � m � p.� p�pyd i 7NA0 NoBW NoBW 77 IBN CMV�oM BNwrtlo 1l00 2V10 OaL4 GW W.6' Wak Trvck (�Ct670.1) � 6xMr CMV'oM PorRlc OMC � L.�7�.00 7% Y0.1M No BW � 1'pA0 No Bld No BM R� SOt� CMroM fNn�OO 7600 TYD OwEb Ctl Mli' lT wHIT ICC1A�7) s Ale� Jw CMrraM1 Buki OMG � M.7MA0 f% �0-110 { iMAO � 1pA0 No BM No BM GwOarGMnoMVwitiacGMC 1 77.H{.00 7% p13B NoBW t IU.M NoBM No&tl t6 MHGMroMfBRwtlotNB7WDCmrCW WA'WerMTrudt�tC16M7) f 4lmJavCBewoielBwekOMC ! 3],f0200 6% t0.1tB ! 7pA0 3 iM.00 No810 IbBtl 4aMrCMV�dNPaNacOMC � ��.� � p-1m �ypg�p i 7MOD NoBW No9M L 70HCIw�aM9Mw�0o/l003WDC�wGOWA'ITWiLT(CC1W7� 5 Ma�JavClrrrdNBUkkOMC � t/,UtAO N1 W-t30 ! 7p.00 � 7p.00 Neltl NoBN GarlwChevroblPaMYCOMG 1 1A.]MAO M W-730 IbBtl i /7�A0 NoBM NoBW i7 Mi�CMrroM6Mx�EO1NOfWDCtnrCWW.TWOrYT�u41a7Rp) � 9lM1JwCMVroMBUkMOMC 1 U.f00A0 0% W-17� 1 7p.Y0 1 7p.00 NoBk IbBW L tOttChevrolMWVartlotlW7YYUCrawGEtpA'LTrH�T�CCiQq) 0 C+erEerClwvroNlPOnf�ecGMG � N.10lAO ]% l0.7U NoBq � iM.M NoBW IbBk Fard DonReiCioM � 1�.pY.00 !% 170 { 700.N � 7WA0 NoBW NoB10 L SON FaG F-t!0 tYYO Iip C�L tA7.!' %L IFiC) 6 9M Wf FwLL h�c � H.ptAO 0% M-170 Ne /N 1 10�A0 No BM NoBltl ouvMPaduc. 1 1�Af�m e� MJt 1 iN.M 1 leom No&o Noew M MH FaC F-1/0 ]WO Rp CM 713A' %LT �F7G) E pqi RWI Fatl 1 Yl,]00.00 N{ t70 � lNAp ! L7.00 No Bp No BW oon ww rora f n.ai.00 nc tm � twse f xw.00 wo m ra ew 71 tON ForU F-7l0 SWU Rp Ctl 71P A �FiC) S G�rpx Fortl. Int t U.Nl.BO 011 �0-NO Ne Bld i 1M.00 No BW Hp gW DuvalFwELLG. � 1�3M.B0 6% MN � iWAO t H0.00 No81d IbBk �g�ym i z+.eoe.ee w �m t aom i xa.a woera rae�a Yt 2iNfoNF-1WIWDRqCWNY%L�NIIDVqbCA91F1C) a 411b[FOrJ.lnc 1 ft.M�IO 7% M-13� NoBld t iM.O! NoBld NoBW 6vWrFardlnc. � tt.177.0� 1% M-110 14BM i 1W.W NoBW NoBk J7 tONFaUF-110iWDRpCaD1�1'AT�itC) 8 p�.aIFUELLC. 1 R�3M.00 70% N�N i 1W.00 � tO.W NoBld NpgW � 3 27M.OB {% iM i 7NM i tl0.00 No Bid No BW ryeiwt� Attachmsnt D.4 - Pdce Sheet - Li ht Trucka and S rt Utili Vehicles Sub-Groupa C-D: Trucks Under 1 Ton Commodf Code No. 25101607; LIGHT TRUCKS OR SPORT UTILITY VEHICLES � _ - --- - - _- --- -- -_ _ -- --- --- ---- - -- _ To revie mo re infortnation about EPA Fuel Economy please go to: ' Pleaw sae tlu Inlo She�t lor Inswetions, Gen�ral IMortnation, �nd retar�ea �-�- � ""'NOTE: THE PRICE SHEET IS NOT COMPLETE UNLE38 IT 19 USED IN CONJUNCTION WITH THE COMPLETE REOUIREMENTS, SPECIFICATION3, TERMS, AND COND�TIONS.""" IWntiFred A/tsmiarkat Options" 1 1 Mamrtlttunrl �� AtleenN� B�YVtlYCM ceMOplbin EalYlullE 8�6rouV EPA/YWUYryClan a µ�� R�KM���y�� FuN a � iM �� y f PrinffMI.W00) pseaml LwEtYnrin n�_�.�nwrp: ymr�a.�q ys�Y, $mY'�i�r.1?- �� ��p�� � (pqy� p� f�,� s�rm�r.o.a�. canw.cir+�r. lusn�oavl:.. LFS.C3dl FK�nIIM yy�J_ (y�f/ _ ,. .,. ,. S ]8.100.00 9% 130 7 Il0.00 I ]I0.00 NOBIO IbBq N 1010FaAF�1003WORpG�1�1'%LiwMp►rybOPky�F1C) S c;a�tu�fw0.lric. � M.717.00 �% W./30 NoB10 � IM.OB NoBtl NoBM �onReWFaE 1 tY�p�dO M4 110 1 1WA0 { 2/0.00 IbB10 No81d . 76 MH Fortl f-iM ]NA 8up�rqC N6" A RK) 6 Garoer FwQ Inc ! 1�,97�.00 NL q/30 No 9N � iMAO Mo BIG Mo BfE p�rvalFatlLLG ! 30,OUA0 �% MN i 1WA0 � /WA0 Ne�W NoBN 1� 10N ForO F-/lOIWD BupnC�E 1M' XLT QItC) s Pa� Re10 FwE i 77.MA0 M 1t1 i 3W�0 i 210.00 No YY No BW puvN iqA LLG i 77.Mt.M M7{ NM i 1M.00 { 1M.00 Ne 9q Ne g�p Qg�g�gq 7 f0.7M.M 7% 170 i MaAO 1 Ma.M No BM Mo BN � 1f 301� Fortl F-7101M/D BW�b 1p' A Q(tG) O WrMr Fortl Mc ! t0.9M.00 t% N-730 No BM ! 1MA0 No BW No BM Dwtl FuJ LLC. � N,tlOI� /% MN 1 1M.B0 i 1M.W No Bq No BM DOn RWI Fatl � 77.M�A0 !% 130 f 1MA0 t M0.00 NO i0 No Bld i N 3H�farEF.7W7WO8uryiGbW"]tLrMOPylotl�FYlxiCl ! Orbr Fatl. �c. � 27.37�.W 7% M-120 No BM 1 /M.M No BIO No BM OuYalfortlLLG 1 7�.M3.00 70% M�M t tW.W ! 7W.00 NeBq NoBM 3� 30N Fortl F-760 7MA S�qerGW W' XLi QfiC) O I Don Rtl0 Ford � 7�.M�AO MA 120 i 7NA0 1 tlO.W Ne Btl Ne BM i Don RN0 fa0 t U.100A0 711 IL f 3NA0 i RN.00 Ne BW Ne BM � W 301� FaE F.1M 7Wp S�qxC�p 7p' 1llT WMD V�ybtl qp (x/C) B 4YL9[ FaLL Inc. � /t.tl�AB M M-770 No BW t 1MA0 No BW No BIO N 701� FwE F.iM ]WD BupnGrw 1M' K� �W7C) • Don ReM Fwtl 1 IIt.]OOAO YA 110 1 1l0.00 / IIl0.00 No dp 1b gk 92_H419f2N f 211DYL0 M4 770 � LOM t MOM No YM No BIG 17 MM foM F-1W SYWI SupxCm� 1N' %LT �W 1C) 8 QuvaIFaELLC. 1 MA17A0 /0% N� t 1MA0 � 1W.00 NoBq NpBltl Don RNC iwtl � 7i.7M.00 6% 1t0 1 2N.N � MOAO No BM No BW /] Mt� FaA F.1N 2W0 SupeCraw tp' 1(� (YY7C) O Q�jrMr Fwd. Inc. i Y7. W.00 1% q.130 No Ytl i 7M.00 No BW No BW ` WvNFaELLG. ! 71.1MA0 !% N� � /M.M { 1�O.00 NoBq NpBk Don ReM FwE f 3l�f10A0 ML 71� � MO.W ! M0.00 No BM No BM N 101�FaEf-1W7MNSUpwCrwfA'IfLwMDP�yIO�EPMq�M/1C1 t GnOerfor6lnc. ! IIl.79RA0 01{ �0-it0 NoBN � iMAO NolW NoBM 4uwIFwCLLC. t !l.MtAO f% NN � /ML0 1 1WA0 IbBM NoBW I � i DonkNCfwd � H.]MAO !% 110 { IM.W 1 SW.00 NoBN NoBW i �6 7W� FpU F-7[B 1MN S�p�Ciw /6/' %LT (1Mit) O 44Ya1faGLLG / LJ7{.0� f0% NJ� t 7MJ� { 1�OA0 NoBN NoBW Dpt RNA FaA 1 L.tqAO 1% 1]0 i 3b.00 1 7NA0 No Bq NO BM N 30N ForE F.110 7MA SupxCrwv 7/T %LT wMD Myb�A Ap ry/tCl B 4e�lS Ford. lnc � 1�.�D0 �% �0-7t0 No MO � 7MA0 No BIO NolM OMC p 3pN OMC 6Mn� 1M tWD bpMr CM 1/�A' (TC1AN) � GatM GMVraM Pa�lf�c GMC � �� � p-77B Ne Bltl t 13l.W No 9W No 9q q 107! OMC BYrta 7688 3WD R�p�MV G411L0' 6LE (TGiROi) � 6arEn CMVrdel GmWC GMG � f7,�MA0 M 10.1M No 9W 1 13�.00 No BN No Btl O 301� OMC Sfert� il00 tM/D R�Y� Ctl 11t.0" (iCtlN7) . 4MQm CMnoM VwRiac GL�4. t 7�.7N.00 ]% YO-170 No BM 1 1UAB No BM No N4 N 30/� OMC BNrta f000 3WO Rq�W Gb 11].0' blE RG1{Mi) y OarOw CMVroMI PanWC GMC 1 II3.1NA0 ]% �0-1]0 No BW � 11�-00 No BN Ib BW N 101�OMC6Mrt�1l00 s 6rtaCf�vroMlPaMiacOMG � 11.IN.p f% p-tl0 NeYd � t7�.M NoBN NoBN flrDCCn.vrdMVawbcaMS_ i xl.fxm �% p-t» rae�a 1 tum Mo9�a Mo&a 6I m�e ornc ar�r. �eeo zwo oaae cae ws.�' a�e Rc�nul ! luYl Jav CMVroMI Bukk GMC� � U.p7.00 6% 10-1Z0 � 1p.00 1 119A0 Ib BM !b BM p 10N OMC blerta i!W NA Ctnr Gb M]A" (TC7lN7) y �iSRSY GlrvroM PoMUC GMG. 1 t7.lMAB I% f0-170 Ib BM t t3�.00 Ib BW 1b Bi0 r.o.: w v -� ,: �wt: - . . --: Attachment D.4 - Price Sheet - LI ht Trucks and S ort Utili Vehiclea Sub-Groups C-D: Trucks Under 1 Ton Commodi Code No. 25101507; LIGHT TRUCKS OR SPORT UTILITY VEHICLES - - — -- ----- --- ---� - - - --------- To review more information about EPA Fuel Econom lease o[o: �— YP 8 Please see the Into Sheet for InaSruetiona, Genenl InformeNon, aiM referenca Ka . �� "'•`NOTE: THE PRICE SHEET IS NOT COMPLETE UNLESS tT IS USED IN COPIJUNCTION WITH THE COMPLETE REQUIREMENT3, SPECIFICATION3, TERMS, AND CONDITIONS."'"' T Ma ��������� � nRmm.�a e,aev�cb oeavoqwos es�xea IdeMifietlAftennarketOptiona" Fuel 6 Prlce(TIN'.IIM00) DlarouN LeWatneM SuD-0rw�P EPA/ hMUtbY Clas� ��J � NeVreamNative MotlN C � O�gvnvatbn Name T lMN%IB � F '�� �. -r ��� p' S�m�l iroe-0n •...�9W.PJ1"d. :s��p RkS'Lpn : ..._ 1 a�m ( I M 30160MCBbrta16p02WDCmvCabl�.t.6"SlE(TC16NJ1 -- 5 :. . .-.. . S 26.d88.00 J% 90-1Y0 NoB1C f 128.00 No&C IbBM A�Jy �i<+MIBUi<kGMC i 36,BBB.00 6% 80.128 { 1p.00 f itB.00 No8f0 NoB1U _ �s� Attachment D.4 - Price Sheet - U ht Trucka aod S rt Utlli ��Vehiclsa Sub-Groups C-D: Trucka Under 1 Ton Commodi Code No. 25101607; LIGHT TRUCKS OR SPORT UTIL�TY VEHICLES To review more information about EPA Fuei EconomY Please go to: � Pkase sea tlw Info 3Mst for InsWeNons, Geneni IMomution, and �tsrence Ke . ""'NOTE: THE PR�CE 9HEET IS NOT COMPLETE UNLESS IT 19 USED IN CONJUNCTION WITH THE COMPLETE RE�UIREMENT9, SPECIFICATIONS, TERMS, AND CONDITIONS.•"" qrtrnm e�v.�M cereoqwn IdeMifiadANemurketOpNom" 1 1 ManW�r.lurer/ � t EYN�lW SuGUrouP EVNMJU�IryCNn f �� qpnasMaUVaMO41� F � OrynWlbnH�ro� PrlcefLM.NM.�% p�rnuM LsM�Im�M _..����._ ..:c.�� .,, . " �__a t2•K_.S3oQy...g4 e..ne Cw�M � t�tvtl D�r•IMal L'c3aMS�sM9�. sn;.u..t.�� ceep.«v.r� ar�:r�.wmvrK. (y��yy Pow fH ral �}!g1 �1.51 .. -- .. .. s u.xee.00 �x eo rwea ! tx.00 raeia rwe�a 66 I01! 6MC 81srt� 1!W IMN Crw GE 16J.0' �TC illN) s A�a���Ie18u�FGMG 1 1l.0.ttA0 6% M.1M � 1pJ0 7 iMAO NoBM !b!M ' N 701� GML BMrt� 1N0 3N77 C'wrCaC /6].0' SL! (fC1N17) g Siat➢ffi Gl�evroM Ganllac OMC i Y�.7M.00 1% 10-110 No BM i 7U.00 No BW No BN � A tOHiWn1W7WD Ibp CW YAJ' Trtlu�r� (a/Ut) 8 4wQM CMYer poOw TrurJ�. lnc. � A.�NAO 071 �0-710 NolM t 1M.00 No BM NolM M t01� Wm 1�OY iWD ib0 Ctl 1pJ' Tnbv�rn (��� S OMOw CI�rvNr DaOS Truck. lnt i t7.fN.YO 0% M-710 No BN 1 iM.10 No BW !b BM Y tON R�n 1!W 21M OuW GaC fqA' TnMV�w �[M7LH) 8 i 70.7Md0 0% M-7M Ne Btl / 1U.W No BW No BIE w ma n.n �wo �wo c... c.e �ur rr.aw�w� I�s�uq s 4.ra« cm..i.r ooan. rruck inc. t raau.00 ox w ra se t m.00 Ho aw xo ea T �� H HN Tayof� TwMn 1WD Tnct Np CaE lBl.tt w�bpC AT M pE� ptL) pq�M.MOOre Tovote t 2�.WA0 Hi 110 1 7pAO No BN Mo BN No BM d Mi� ToyW Tunba 1W� 7n¢k Oou�M CaU l.lL VB �bpA AT BR (iEl (��ol RouiKraa-01oon i �0.731A0 �1i 110 � 7p.00 No BW No BIO No BM p 107� TayoY TuMn 1WD TrueM OouEN CaD �.�L Vt �-lp011T SR61�11�1 R4LNt!!-MOOn Torda i t7.IMD0 !% 1t0 1 1N.W !b B10 No Bld No BW M 30H Toyola TwW� 2WD TrueY Oa�OM Cb 6.7L N/-/pA �T 8M (�11�7) Raw+ne�AOaa Tavali � t1.72RAB Ml 1]0 t 1MA0 No BIO No BM No BM N l0U Toya4 TuM� 7WD Truclt OoWM CW 6.7L N �-Ep0 AT 6R (6E) pN2� �jdpg�.j,qyg� � n,�m.a �1l 110 � 1M.M No dA Ne Bld No Bq M tOt� Trya4 TuMn 7WD �ru[k DaW GW LB 6.71 N�ApE �T E0. BEI (�7N) �I41t�i � 77.M7.00 M4 110 � 1M.00 No BN No ME No BN A 301� Toyal� Tundn TNID �rucY Oouble GG LB 6.7L N �#pA AT SM (8E) piN) Ma�wilnelAOOn Tovaa � t�.H7A0 �% 770 { iMlO No BW No BN No BW It bN Toyaf� TuWn ]WD TrW CrMAUl.Q N�-BpA AT BNb 1�) Pb�l �I4Y9It ! 3Y.7H.0� �7{ 7f1 i iMAO No &E No YW No BM M 201� T%ah Tutln 3WD T�ueY CtMNa L1l V� FiVa AT tR � / 7t.tNAO A tO � iAAO No BN No BW Ne YW GaNxCMnaMWMMC6MC ! t].111.00 0% M-170 NolN 1 t3�A0 NolM i �.W.00 70 30N GlNVroIM lYwWO YIBOIIU 7WO Nq Ca0 ti]A' Mbrk Truek (�C�1) a 9Nn J�v CMVroKK BukM OMC i ]].7f7.W {% W.1t0 i 7p.0� 1 1tl.00 No BW i �,�M00 1 7f lON CMVea1M DNwrtlo ]lBOMD I1VD R�p Ca� 7a11' LT (CCtU07) g 6er0a Clrtvrokl Ponllac OMC t 1�7N-00 0% M.110 No BW t 1M.00 No BIO i l.MlAO GarEerC�evroMPOnIUCGMC � q �� m q� p-110 NeBW � 73�A0 ! 6.tM.W NoBN 72 20f1 CMVroM 6WN�AO =lOOM) tM/D Dw�bM C�D 1M.2' YYOrh hucM �CC4l747� 8 Nu1 Jav GMVrdN BWCR OMC 1 ZOAM.00 !% �0-730 1 /MA0 i 7p.00 i 6.7�1.00 No d! 1 4erWrCMVroblVa�ll�cOMC l 7Y.OMAO 0% W-720 NoB10 f 73�A0 � �.1ft.00 NoBM 77 70HCI�maY16NrWO=/WIID11MOOU0MC.EIM.YLT�CC7AN) 8 9yp,,lbGMVroMBUlck6MG ! 7�.AtAO �71 W-130 1 /pA0 � 1p.00 � �.7l1.00 NoBM QsrOer CMVrdal Pmlic 6MC 1 M.�7lAO 0% �0-720 No Bk t iM.W Me BM t l.�NAO 71 IH� CMnoM tNwnEO 7NOIq IYYD OwRb Gb 14.1' V/pk Trvck �GGt�Ni) 8 Aian Jav CMVrdel BWCk OMG � b.m y.y �p-7t0 i 1MA0 I ip.00 Ne BIO t e.mm ��y� �4p( CMVroM VaNhc GMG f 3�.37�10 0% M-710 Ne Btl t iM.BO Ne BIO � 6.�M.M 1f ]Ot� CMV�oMI BlwnOO tlOG1D SW[I Oa�OM CaE 1N.1" LT (CCMNi) 8 AYn Av CMVroM Bukt OMC t St./4.W M �0-710 1 1pA0 ! iMAO NolM � l.�1�1C g�rDx CMVroM Fatl¢ 61AC � 1l.�70.W N 10./70 No BM i i3�A0 1 l.1M.00 No BW n »x cnn,ew �w«m xeoow xwn e..w c.e tu.r won n,.�, �ccm�al s Ayn xv cnevrw� dACM oMC i ze.ne.n �x �e-7xo 1 fa.w 7 m.ro i 0.7��.ee No aw Cia�erCMVrohfFaMiacOMC t �B.{3�AB 0% M.110 NoBM t tllAO � 1�1NA0 NoBM TI 30N CMVroM lWwtlo t�OBiA tMID Cr� CaE /q.T LT (CC7f1tl� 6 Akn,HVCMVrdMBUCM6MC 1 71.MfA0 6% W-t3B � 1pA0 { �p.N � 0.711A0 NoBW 1 OarOer CnevraM PoMYC GMG � M.iN.00 0% YO-170 No Bk � 1Z100 No BM ! l.IN.00 7t 701! CMvraM181Nxtlo 1/OOHD tWD Craw C�D ip.7' WM TrucM (CGilW) 5 1 M.fp.W !% �Q.1S0 i ip.00 1 1p.00 NoBltl � �A7100 4s@V LMvrtlM Vantl�c OMG � ]OAOi.W 0% p.770 No BN t t7l.00 No BM � ��MIM H R�N ClrvwlM 6YwnAe S�WIID IMA Ctwr Ctl 1q.T LT (CCIfN1) 8 Nai Jw ChrvroM B�MrI OMG � ]7,IM00 6% M-f30 � itlM ! 1p.00 Noltl � l,�7lM r�p � 0111 .. . ,�.. ,.. �,� _ � - � Attachment D.4 - Prtce Sheet - Li ht Trucka and S rt Utili Vehicles Sub-Groupa C•D: Trucks Undar 1 Ton Commodi Code No. 25101607; LIGHT TRUCKS OR SPORT UTILITY VEHICLES -- � - - ---- - --- - - - ------- --...----� --�------� To review more information about EPA Fuel Economy please go to: ! P�ease see the IMo Shaet fw Inatruc8ons, Generel Informatbn, and referenee Ke . """'NOTE: THE PRICE SHEET 19 NOT COMPLETE UNLESS IT 18 USED IN CONJUNCTION WITH THE COMPLETE RE�UIREMENT9, SPECIFICATIONS, TERM3, AND CONDITIONS."""' p � � �� � ��� Eu �� IdaMKed Akarmarkat Options" � 2 M�nuYCturerl � BW-0raup EPN4WUShyClus � � qepese�n�IMMO4N FuN ��� PrleafSM.MAM00) qsewY LaaO�hiwN !-:a1:?^.tS1ft.� .Y2irca_ `.;ai �ce.g?ne_ "�'y_•L�bv.% BrNW G �S 1 (�%; � F v ��� � � 42�^uctPrice LSAlefatl.R� �Q c RiceM_m+ �, ]ilM ... .. � . S 20,6B9.00 B% 1]0 7 t00.00 7 R00.00 lbBld i 6,Nl.W !0 Y01! Fad Supr ONy F8l0 SRW NN Rep GE 1)]" %L (fYA) S GarberFwtl.inc. ! 30AB6.00 0% �0�f2U NoBW i 10l.00 NoBM NopM Don ReNI Fortl i 27,MO.00 �71 120 3 R00.00 � R00.00 No BW � 6.6NA0 H t07! Fortl Supar Duly f-260 9RW 2W0 Rp C� 1J7' %LT (iLl) 9 D�vLiwELLG. � ]AA67A0 f0% 70�i4 � ip.00 1 1W.00 NpBIE � 6,�W.00 Garen ForU Mc � n,nem 0% M•110 No BN t 1M.00 No &E No BW Y! 201� FwE Bupw D�Ny F�710 8(iW 7WD 6upwCW /12' XL (XtA) 8 Oon RafE Ford ! 37.EMA0 !% 130 t YNAO 1 300.00 NolM � 0.MA0 Oon RaiO fwA ! M.7/OAO /% 1t0 t 7NA0 i l00.00 No 810 { !./K00 p RON FwA Bipw OWy F-9l0 BRW tWUluq�C�E 112' IfLT (%7R) 6 GuevFora.lM. 1 tiJT7AO ri YO-7fo No&0 i mY.oe NoBla NoBle Oa! ReM Ford � fl.�60.00 t% 1S0 { ]W.00 � t60A0 Ne BIA ! /.W.00 M M7lFwOBW�Q4Yi860ERWR1MSUW�Wi6{'tLl�l ! t3�rOxFmtl-IZ. � L7,N0.00 6% YO-iM NoBW 1 70l.00 NoBtl NoBM OuvN FoM LLC. � D.7�3L� I% TPit S H0.00 { 1t0AB Ne BM � lAM.BO FpA Don RoW Fofd ! I/.U7C.00 Y% 120 � 7MA0 { TI0.00 No BM � l,6N.00 q SON Fad Bupr U�ly F-160 BRW tWD 6uprb4lN" kLT (%]A1 S NMUYry EW Clnt: LI Ton Q.3Ea414fe, � 77.6il.DO 10% 70J1 � 7�OA0 1 1W.00 No BM � O.MYAO PkMUp Truck 2WD Qon ReM FoN 3 37.l00.00 i% 120 � SIOAO 1 TD0.00 No Btl f 6�6M.00 p 1BN Fptl 6upw Du1y F.t6D BRW'MN Crop Gp 1N" A(MM� S Oarbsr Fortl Inc. f 3].191.00 0% l0-170 No Bp � /M.BO No Bq /b BM uuva�Foray4� � 2�.aoe.00 sn foaA � �wm t �w.00 Noew t eMa.ao pMReMFora ! 21,188.00 !% 1t0 { 7W.N i 3lY.EO NoBtl ! /Af0.00 f7 70H FaE euqr pMy F.ZEO SNW 3NN Gnw CM 7N' AT �Y1A) 8 puvalFwa4�C_ i t�$3t.00 10% 70.i{ 1 iW.00 i iWAO NoBltl t /AOOAC DonReiAFOre i 37.7EO.OB 1% 7Z0 1 M0.00 { tlOAO NeBW f /AM.W q 101lFOrdSUpsrDUtyF-16VSRWiWDCrawCM17S'%L�W2A� 8 GarM ForC. In� { 27,MLM O% M-1Y0 No BN { 10l.00 No BIe No BN DonRefEFoM f 77.�OOAO A 11B i tWAO � 110.00 NoBW � 6AM.00 H ]016 Fm0 Supr Ouly F-]60 BRW 2WD Cmx CaE 17T' 1(LT (IMl�) S pyvalForOLLG. f 7l.N1A0 f01L 70J� t 7W.W � 1p.00 NoBM � 6,�W.W GarbmCMVroblPOmiacOMC � 7�,7MA0 0% YO-130 NoBN � iM.00 NoBIL � l.�N.00 M 10H OMC Sbrts t600ND tYN Rap CW 131A' (TC100J) B T uck 9Ln Jev Chevrokl eulck GMG � I7A76A0 !% b.1fi { ip.00 � ip.00 Ib Bk ! lA7YA0 H 307! OMC SYrt� 10Wi1D tWO Reg CeG 177.8' SLE (TG16Y0]) $ GaNar ChevrolN Pmtiu GMG � q7.tMA0 0% 00-7R0 No Bltl � 7t�.00 No BM f 6,M0.00 Garber Chevrolet Porrtiac OM1iG � ��.� p� y0-710 No BM t itlAO 1 /.1NA0 No BW n m�e oMC si.na xeemw zwo oouas cw w.r Rcxe�al g Tr a,�.�,.cna�,axa��oMC t a.enao ex �a_im i �a.00 � +a.ao t a,���m wem OarEerCl�evrdetPmtiecOMC t ao.we.oe ox w-im raa�e t ium � e.ue.00 Noeie N 30HOMG6Mrt�2lOMO1WODa�bMGEW1'BLER�o70i) 8 k qlan Jev Cl�evrdel Bu1cM OMC 1 70.!]1.00 !% M.t30 � ip.00 � 1p.00 � l.711.00 NoBW C I M S01i OMC 9Mrt� 2160XD t1VC DouOY Gb tN.t" RC7lM7) s �lPaSnevrda Pwnuc GMC 1 71,�NA0 0% Bat2o No BIO 1 1Zl.00 No BIO 1 �.N100 Tr�c OarCer Chevrobf PoMlx GMC i �6,77lAO 0% BO-it0 No BM � iR{.00 No Bld 1 O.W.00 4� N 2018 OhIC Sbra ZSOBi107MT DoubM CaE 18t.1' 8LE (TGRMp) g Tru ANnJavClievrokfBukkGMC ! ]G.�W.DO 0% W-1R0 0 1p.00 t ip.00 NoBiE 1 6.RY.00 (3arber CMVrobt PoMWC 6MC i tl,M�AO 0% BO-7M No &d 1 73�.00 f l.7N.00 No BM N 70MOMC&Mfa]lOONU3WUpwCW761.7'R�ip) E /WnAVCMVroYlBUICkOMt � tlA07A0 f% W-1M � tR.BO � 1p.00 t 6.711A0 NolM f3rtbar LMna1M PaMlac OMC � ]1.666.00 0% M-1M NO BH � 13l.OB � 6.tY6.00 No YM p 701! OMC 6Wra 7lOON� YYVO pew Ca0 767.7' SlE (TCRl7p) 8 T fWnJarChwroMBukkOMC � Y1.1t6.00 6% l0.i20 � 1W.OB � tp.00 3 !.f{1.00 NoBltl GarOe�Che MPart GMC S M.78l.00 OX BO-1f0 NoBq � 128.00 NoBid ! 6,p600 .. M,a r..r. e,.... ,,��«, � r..., r.�„e„- rtr„<..� e T ,:...: . �6t �t Attachment D.4 - Price Sheet - LI ht Trucks and S rt Utili Vehicles Sub-Groupa C-D: T�ucks Under 1 Ton Commwdi Code No. 25101507; LIGHT TRUCKS OR SPORT UTI LITY VEHICLES __ _...— - - --- - ----- --- - —._ -- ----------.__— i To review more infor about EPA Fuel Economy please go to: - 'I PNaaa sa� th� tMo SMst tor InsWCtiona, Gen�ral IMormatlon, arn! rotarence Ke . """NOTE: THE PRICE SHEET IS NOT COMPLETE UNLESS IT IS U8E0IN CONJUNCTION WRH THE COMPLETE REQUIREMENTS, 9PECIFICATION3, TERM3, AND CONDITIONS.""' � ManulMUrorl �� A�� Ba� VMkb OEM Oplbne EalYntleO Iden�etl AHertnarket Options" SuROroup� EVNhWU4,YClw Nu�br RaW+�mMlveMObl FuN a �� M e Prk�(SM.W.OD) p�cowY latltfineln Yic:i-a� X�^1=H.•,,^_ LcTS�st� Scv�c werx 8/MM� C � N M1 1 (M%) WYa � p/ ��� f 5 __ Irc�1MeU Rka �tpy Pr�c• S14/'� ~ IY1SL • �dlSII — "."_ """"'__ .. _ _ - I � -- � ._ ,.._ _.,_ --_ "' -- --�— ,-, �,� . ,_ . . : � � j ze.eez.oa ax so.�so s +a.00 f ia.00 r�o em s e.a�e.00 , ,., , ::; :st Attachment D.4 - Price Sheet - U ht�Trucka and S rt Utili Vehiclea Sub-Groupa C-D: Trucka Under 1 Ton Commodi Code No. 25101607; LIGHT TRUCKS OR SPORT UTILITY VEHICLES ------- ----�------- _..___ . -- -------- -----�- �----- -------- -- __ To review more informa[fon about EPA Fuel Economy please go to: � Pleesa aea the IMo Sheat for Instructions, GenarellMorm�tfon, and rafenncs K� . "'e'NOTE: THE PRICE SHEET IS NOT COMPLETE UNLESS IT IS USED IN CONJUNCTION WITH THE COMPLETE REqU1REMENTS, 9PECIFICATIONS, TERM3, AND CONDITIONB.""" 1 T M�nW�clutml �M � nn«nwa eueve�a. aMOq�n� Er�.e IdentHledAftermarkatOptfom" Sub-0rWP EPAINaMryCbf� J Ninbr Repn�M�U'roMa1N fuN p�pli�ibnNnr� Ak�(E7M.kM.00) pteanl LstlaYmin ..�;,JTS ?:sL:.!�±�,�� :i+�_ 'a�rvri�1tR91�?4- B�iM C�papw � (M%) p� �pI10 '.",y�. SbeW�. T�ar9n. W,mact Rke LmaM P�ic� � ly�y MkYLFIiI � rcn ,1[�gy � .. . ... .. ..� .. S lt.l�.00 0% 90.130 No BM 7 1IIlAO No BM i l.�N.00 M ]01! 6MC SMrr� 2600M0 2W0 Cnw CaE i{].1' S�E (TC26M�� ��'� �� 9�e�4➢SY!41i fLn -S�E ! R.]pA0 !% �0-170 t 1p.0p t 1p.00 No BM 1 6.�i�.00 HO IH� Mr t!W 7WD ReY Cab iMA' TrWU�rn (�) OaiMr GMValer OoOoa Trvck Mc. t 20.fNA0 M4 K.120 No BN 1 1fl.00 No BM � 6.W.00 ClnrberCnrvNwOOEO�TrvcM.lnc. i i].iD1.W Mi M.tM NeStl t 1tLW � �.1M.W 1bBM 7H 301� bn MM tWD Cmr Ctl W' Trtlunn (OJ7Ut) � 9 / 47.W.M H{ MJO i tMAB f A�.W NeB1E i MNAo ueNFrGNTi14[44ffiQT1J6M�IR_: / b.7p.M B% M.tU Ibe10 t 1M.W IbBW � {AN.00 10] f016RwnlNO2WDCnwCW1M"Tr�E�r�rn�Wt�Y7) n � fl.lN-00 1% bN � /t1.00 i 17fA0 NoBM � 6.W.00 S�t;_�row 6: TRUCK. UNOEN ONE TON qp�iqt54:Moae i u.�n.ee �x �m t u�.00 No eie ra aw no a�e � K � 1 . t � tt� muw..anFrawiar�woKxqcannuwsv�auu� •a� � a v�2Y.N�3339.1^_i t 2/.MB.00 6% Y-7M 1 ip.9B � 1pb0 No BM No Bk RanWee-MOOr4�RE2�£I. ! 36.lH.00 1% 73� � 1M.00 NoBM NaBM NoBW 11� 10H MtMn FrpMYr /WO G'aw GE SVIB Aulo 8(7Yti�) EPp CWS: CaqM�t Pkkup µ�� 9YP_+kYHttNl1..145: f M�W.W A4 N-1W 1 /p.00 1 1p.00 NoBM NoBM TrvcM.�WD a����-e�oor.cne�rae� s m.w�.00 �x �m � �a.eo weia rwa�e woaa ne m1� f�wn Prv�+br �wo cr.w c.e swe IWO av (7fN�� pWr���vNlaaan.lnc i TI.1HA0 {% N-1�0 ! 1p.W / 1tl.00 1bBW NoBM RowkraeMoor�Cl�evrohl� t I/.L7-0B t% 120 ! 1MA0 NoB1tl NoBk NoBM iH lOtCNMr�FroNfvlWDC�erCablN9MtoiVhltl�) ���� �^--,�,o i TI.6]OM H �61�0 f 1O.M 1 1M.00 Mo Bla No B1e EVRCb�a:1RTmPlctup 11] ]01�CIwIO4t8WwaCO1{pO�YID �4�P5�.4Dfl`II2kiE4LINS.SMC Tryct. nW Rp G011Y.0' WM Truck (CN1070�) B Tr k / 31.lN.00 i% �0.1M No BM ! 1]{.00 MoBW NDltl 11� M7�CIwraMlRVSnEOtlWtMqRpGE11�.0'LTwl1LTICN16MJl S �a��. ! M,WAO M W-1t0 NeBW ! 1MA0 NoBM NoBM WrCxCMVroMPOMNCGMC 1 31JM10 it q-1t0 NoBW ! 7M.00 NoBM NoBW 7L 107tCIwfoM6MVr�0o7lWtWORpCtl13f.0'YYatTrud��CR1MW) L NtlIJavCMVro1NBU1cYOMC � =7.Q{.00 !% �0-7]0 � 7p.00 1 7p.00 NoBM 1 6AR00 720 301� GMVnIM 81Nnado tl00 �WD Rp Ctl U]A" lT r�HLT (CKtlMi) g O��Uaf ClwvroM PonWC OMC � r,27lAO 7% 10.710 No BM i 77�.80 No Btl Ne Bld 4arMr CMVroIH PaKlx 6MC � p.1N.00 ]% M-710 No BN � 79l.00 No 810 No Bld 111 701[ GMvroM BYVwWO 1/W �WD OouEb CW 7p.6' Work TrucM (CKtl7U) 8 Nn.YVCMnaY[BWCM6Mt t ��� �% p-730 � 1p.N � 1p.W t l.fH-00 NoBW WrMrCMVraMlPOntl�cOMt 1 7��7MA0 7% M-170 NoBM � 13lAO NolW NeBftl 17l 301� GlrvraM 6Mrtlo t!W /MID Douda C�E W A' LT wMLT (CK1Ap) 8 C�� qlan Jav Cl�wrohl BukY 6MC � 7�,p7A0 Wi q120 1 70.0� � 7p.00 � 0.71/A0 NoBfE i OuEnCMVroMlVmli�cOMC ! M.71l.00 71{ �0-130 NoBtl 7 71�.00 NoBfO NeBltl �I t17 30H CMrtoM 91NaMO 1N0 �WD pw GO WA' Wak Tru 1(p(1N171 8 AW�.NvCMVroINBUkkGMG ! t�.07600 NI W-720 ! 7p.00 1 7pA0 NoB10 NoiM 6�Mr ClwroYl PMIC OMC i ZI.�HAO i% �0-iL No BN � 726.N No BIO No BM 1M 30q ClrnaM Mhwtlo 1!W �1M Crw Ctl WJ' LT w/iLT �CK7N471 t Al�n .NV CMVroM Bulck oMt i L.1]7.00 M N-MO t iMlO ! iM.M Mo MO �'bllC 6rGr CtievroM PaqYC OMC i M.Ml.00 M M-170 No BN J 13�.00 W BM No MO 1L IOt! CMvraMlMwrtlo 1100 �MID Cmv CaD iqA' WorM TiucM (CK7AN) L IWn.I�vcMVraNI&ticMOMS_ i tI.77]AO !% l0.710 i 7MM { 1p.00 NoBM NoBtl OnMrCMVrdelFartYCGMC � 7D,p8A0 ]% M-t70 NoBM i i3�.M IbBW NoBltl it1 1H� CMV�aMlBtivxrb 1600 fYYD CmY CaE 7NA' LT wl7lT �CK7AN) 8 M�n.LV LMVroM BufcY OMC � 2�A�.00 0% M-130 � /pA0 1 ipAO No 8M No BIO Fptl DonRelOfatl � IO.NOAO �% 1Y0 � 210A0 � tlOAO NoBld NoYk 127 30NFar0E-f00{MqqpGE171.6'A�F1fl s (iuCH FaU. Inc. � 31.tYtAO �1l W.730 No MU � 1N.00 No BIO No BW OonIWAFttG t 77,]M.O� 6% 710 { Z{Y.lB 1 �lf.M MuBM MalW � 1L ]ON FdE F-1M �M/p Rap G012tA' %LT (fll) B pwal FaN LLC. � 7I.�1t.0U 10% MM � /C0.00 i 1WA0 No Btl No Bq . � 7 I7,70BA6 t% 120 ! 2N.OY { 110A0 Mo BW No BM � �r snu c...w c.��n �wn v... r.n u� n ma� e il cy� 1or �t 26� f1i-t Es ; Attachment D.4 - Prica Sheet - LI ht Trucks and S ort Utili Vehiclen Sub-Groups C-D: Trucka Under 1 Ton Commodity Code No. 2 510150 7; LIGHT TRUCKS OR SPORT UTIIITY VEHIC --- -- --._----------�-- ---__. _._..-------- - -------- - To review more information about EPA Fuel Econom lease o to: PNa�a sea Me IMo 8MN for IMtructions, Genaral I�ormaMon, uM rotannc� Ks . ""'NOTE: THE PRICE SHEET IS NOT COMPIETE UNLE38IT IS USED IN CONJUNCTION WITH THE COMPLETE REQUIREMENT3, SPECIFICATIONS, TERMS, AND CONDITION3.""' , : M.n�mctmwi �a„ nn.m.a eervankr ceropnon. ea►nuw IdnlNfieA AfE�rr�wrk�t OpGo�N�� Su44Lw4 EPNbMU�17C4u ��� � RepresrMWeMOtlal� FuN p�t�bnNrna� �(fNt.r7IM.00) ObmuM Leadriroln �minw� Sn�s:= Y:P�^ }mkaBoor sy�ks.@49.Y.ffi. cep.W�� � (M%) UM6�w%�� Fy.^ys_�a%2N4.P+ 3�.Zm9A. C��••�iRr- IvEn�awm.Pnca �.�n±� ?��..r�t da.r�n. aex� __ __,_ .._. ._...__�--- ..._,.._, - - �:arMrFn.il.inc. ! 37.8]�.00 t% �0-1I0 NoBW S 10l.00 NoBM NoBM G+rDei Inc_ ! ]1.071.00 0% f0-1M No81tl ! 10l.0p NoBM Nogy 1]0 10N FoN F-7M �WD Rp GO 7N' %l WIO PrybW Pkp �FtE) S DuvNFadLLC. t 24�MA0 0% MM t 1M.00 i 1WA0 NoBW NoBM DontWOFwd / 1lAWAB MI 120 i 1NA0 { tbAO IbdO NoBN 1N M1� Fad f-7�O IM/D Rp Ctl U7' XLT (ftE) 6 DurY FaC LLC. 1 M.C7tA0 N% NJ/ 1 1MI0 � 7�O.M Ne BW NolN 172 fON FerO F-1W �WD qq Ctl N1• AT bMD V�ylo�d PMp (Ftl) 8 Ocn iGfE FwE � 37.100A0 N1 110 1 1W.N 1 t10A0 No BW No BIO DonlWaFOra i 37�FM•00 �% 17o i S�oAO i 21o.W Moela NoBW /�7 101� fad F-760 �MN BupnCM 1M' A(7(1E) 8 p�y� Fa6 Mc. � 37A7�A0 1% N-i30 No W i iM.00 NolM NolN Wval ForU LLC. � fl.631.00 /% M� i HBAO 7 iW.00 No BM No BM Qon w�a v«a i x.000.00 +ox +m t sw.00 t sa.ao w aie no e�e 131 f01� ForA F-1l0 �WO BupwCM 1Y" RLT (%tE) 8 DuvtlFOrdLLG 1 N,WL00 70% NN i 1NA0 i 1W.B0 NoB10 No9W Q4nR�MFaJ � 7�.�OOAO M1 110 1 tW.M t 7MA0 NoB10 NoMd 11{ M1�FoNF.1l01WDBupsCWtp'AQl7E) 8 Dw�IFOMLL{� 1 t6.i{7.00 !% M� � 1M.00 t 1�YA0 NoBN NelM (3uExFpO.Inc. 1 36.tOtAO 0% 10-130 NoBM i fOLO� NpBq MoBIC Don MM iad � M�MAO 70% 1f0 � 2NA0 { N0.00 Ne BIG No Bf0 1]� 70HFwCf-1NIWDSWrCW7p'XLWIIDV�yb�EVkq�II1F1 8 ONWrFwLLbc. 1 1�.7Y.00 !% W-13� NoWO i 701A0 NolM NoYM � � nan.oe xx �m t Mo.ao � xw.00 wo aie wo a�a 1]� AU ForO F.110 MID SupwCW 7p' %LT Ql1E) 6 pWYFOrULLC. 3 SI.M.N 1�1{ N� i 7MA0 3 7W.00 NoBW NoYN Don Ra1a Fora i L.tebm A t3e i aOAO i xea.eo rb Bla No Bld 17� 101� FoN F-t�OIMN BuppCab ip' XLT w111D MyloW Ptp (%tE) 8 Duv�l FoN LLG. ! tDAt200 70% MH � IBBAO t 110.00 No Bltl No 9W Don fhN Fad � 20.L0.00 {% 710 { YI0.00 � SE0.00 No BW !b SIO 1]Y 101� Fad F-7101W0 8upa�Cmv tY" %L (YHE) 8 (irEw FarA. Nc. 1 2E.711A0 �4 W-if0 No BW { iN.K No BM No BIO DonWtlFaa ! M�OOOAO �% 1M i 7M.W t 310.00 NoW NoBltl t10 3�1� ForO F.1l0 fMID BupxCrw /N" %L� (MHE) e DuvNFaELLt � MAMAO H% MM i tW.O! � 1W.00 NoBM NoNd Don wle F«e i n.mam »% tls ! xMAe f xeo.00 No Ble No B�e itt 10NFadF-7lOfYA6uprC�awM7'IIL�NIE) 8 OarCwFaE.lrc 1 17.IMA0 i% MA10 NoBq { 1M.00 NolW No9W OuvalFUtlLLL. � Z7M/A0 0% MJ� / 1MA0 � 1W.00 NoBM NoiO DonXtlJiaE � 7t.ME.lO MI 1M ! 7W.M i f00.W NoBN NoYW t�t fOt� FoN F-f W/WD 8uprC�w 1A' xl MIO ►�yb0 qp ryt/E) B OxWrFaJ.bc. � AA77A0 7% pt10 MeBld i /M.W NoBW NolM Dan RNE FwC � 2�.�NAO �% 170 � iN.00 � IW.00 No BN NO BW tp 701� FoN F-t W tYYO SupwCrw 1fT AT �W/L') $ OuwIFOMLLC. 1 39,YYOAO 7B% MA f 7W.00 f 1l0.00 NoBM NoBW Q4nReMFOrC ! i1,tqA0 !% 720 i ]10A0 f 1W.W No&0 NoBW 1M 30N FoN f-iW /YYD BuqrCrow 767' KLT wMD P�ybtl PYp �YY1E) S pYVNFONLLL. � a�,nem 10% Mi� � 1WA0 1 1W.00 No810 NoBltl 6MC w mu ore swr. ie�o �wo wpa.r cm ne.o• t*KUna� 6 SW W CMroM Va1M1,c OMG 1 t7AM.M 1% W.130 Ne BN ! 1i1.00 !b BM No Y! 1Y ]IAOMCfMrt�7N0/WORpWrCtlilY.O'BIFfTx1fIW) q OrtWCMVroMIPwrtMCOMG { MA1{.00 ]1l f0-130 NeBld � 1f�.B0 NoW NoBM K] 301! OMC SMrt� 1600 {WD Rag�Mr GE 1J3A" (Tk16M�) 8 (4rEn ChavralM Partl�c OMG � I1ANA0 7Y Y0.110 No 8N i /3{l0 No BM No BM W 20H OMC 6Mrta HW IYID ReP� Gb t]]A' SLE (M16K7) 8 WrUx LMV�aMI PontYC OML � 373N.00 ]Y M-12Y 1b Bld f /MJ0 No BW No BM V��o113 Attachment D.4 - Price Sheet - Li M Trucka and S rt Utili Vehicles Sub-Groupa C-D: Trucks Under 1 Ton Commodi Code No. 25101607; LIGHT TRUCKS OR SPORT UT�LITY VEHICLES ------- - - �- - _---- - -- -- - - ---- - -- To review more infortna[ion about EPA Fuel Economy_please go to: � Pleasa see tM Inio SMet for testruefions, Gen�rol IMormatlon, and referenca Ke . ""'NOTE: THE PRICE SHEET IS NOT COMPLETE UNLES3IT 19 USED IN CONJUNCTION WITH THE COMPLETE REOUIREMENTS, SPECIFICATIONS, TERMS, AND CONDITION8.""` M � yn ��� an.m.�a e..e venmia oeM oq�ons eaw�r.a Idantilietl Aftermartcet Opdom" eub-0roup� EvMIMU�IryClso� BraM� �� Repmw�MellveMOON� FuN s Pr1nf9M.HM.00) qseaxq IeMAYnsM . . e � °`a'a"no" w"' v e �o . -;'� s,° "� ."�-. . <wsze�s ac�.�cr_nex�€. �+r� ta9c) u+r. t�l ��c uw�rea sa .FaMiL+�on �n i.msm a.�. p = :vmm arK.nr�a� (ild�l i 9/1M � ., .. � . . � ' � s zz.we.00 ! �x Bo.uo rw e�e t �ze.00 rw aa rio ew ur zoi� omc s�, ieoo �wo oo�m� c.n iu.a� �rK�e�aai s ni.�,.�� ����� a���� o:^,, f v.sn.no w w.izu � �am > >a.w t s.��too uos�a c«e« cnmd.i v� cmc_ t n.oa.oe �7c �o-ta Ne m t �a.00 wo re No aa �w mi� oMC s�.�r. �ao �wo oo�a. c,e w.e• ut (nc+nu� s w.n.i,.cn.�.o�a,w.tctnc t n.tn.eo n wtio t �am t m.ao i t.��ta rae�a G�rEm CMVroM WM1�c GMC. t LAMJ� 7% �0-170 No ME t 11M.Oi No BN NO BN iN fOHOMCBMrt�1N0�WDCrrrtWWA"(TK1W�t) b AIU�.YVClievrdtlBWCkoMC i M.]07.M Ni M-730 1 /M.M i 1pA0 NoBW NoBtl QYUxCMVroMPwiWCGM�. � L.�O/.00 7% �0-170 Noid 1 7M.Y0 NoW NoYW 1!t IOHOMC �Nen /NO�WDCrwGb U7./' 8L! (TK1N17) B pyn Jav CMwoNI BukM GMC_ � 7�.71200 !% M-710 � 7pA0 l 7pA0 No BW No Bltl �'iurMr CMVrolel PorNac GMC ! M7M.00 7% �0-7f0 No BIO ! 716.00 No BM No BM tU t07� OMC 6Yn� 1!W /WD C�wr C�b 7NA' (T7(1l7p� S NonJavGMVroblBUkMOMC 1 37.lM.00 !% M-130 i 7p.W 1 1p.00 NoBW Nolb Sil�! GMVrda1 Pmt1�c GM� { L,tMAO 7% p-170 !b 8tl { 17L00 No BW No Ytl 1M 101�OMC6Yrt�1/WtWDpwvCW7!].0'BLE(Il(16PI.t) • ANn.Mr GMVroM Bukh GMG. 1 ».0{tm yA p � 1p10 1 1tl.00 No BM No BM Ortbx CIwNn DoCw Truck IM i 31,Opp �1( �0.110 No BM i 1M.00 No BM Molp 7N m�e n.n iwo uw rtp c.e no.e't..e..�.n ryaeutl 6 ANaNObnCDJRV�rtDrdnPines i i7.fMA0 �% �OJ� � /tl.M t t]fA0 NoBM MoBq QarOxCMNwOOeo�Truck.lnc. i 21.Wi� 0% W-130 NeBW � 1MA0 NoBk NolW IN tON Ran 7M0 �WDRp GE W!' TnE�wm1(Df0.�7) 8 ANaNMbn GDJR P�bab PfM¢ 1 t1.6Y.M N1 M� ! 1p.W i 77fA0 No BIO No Bq Ram fe�efCMVNrDOJOeT�vcM Mc. � 2].2M.W K �0-110 NoBW / H�AO NoBM NoBW M 201�R�n1100 S ANOlWbnGDJRPwbaYeWnn i t3.�M.00 6% WJi � ipAO 7 17�A0 NoBM 1bBM G�rMr ChrvaMr poEO� Truck. Ini 3 2t,tl6A0 B% N-720 No BM i 12�.OB No Btl NelN tN 201�R�nteaoaWDCrwGDW.6'Trad�wrnryS�LYl) 8 qutoAWbnCOJRVrrhakeVines 1 Rf.]M.00 1% /Of0 � 7p.00 I 11P.OU NoBN IbBM 1N 301� Toyab TuMn IWD T'uek Nep GE LB /.7L FFV NlipO AT Bfl (BC� (p27) 8 RouMrn�MOOra Tovale t IIY.lN.00 �1i 130 � 7W.00 No Bltl No BIO 1b Btl 7�0 t01� Toyola Timdn IVID T'uek DouEN GD �.0. V�lBptl �T !R (�I lau) Raunbw�lAaon Tovola i A.tT7.W �1L 130 t 1N.00 No BW No 810 Ib Ntl 7N 201� ToyA� TunEn �WD T'uek Da'bM CaE l!l V� 68pJ 11� BW (BE) P�) RaMIrlAoon Torol� � 7YAM.W t% 1!0 � 1UA0 No BW No BM No BM 7p LN Toyah TuW� IWD TrveM Da4M CM 6.71 FFV 11� �dpG �T BN (BE) Ip77) 8 Rounbw-IAoat TovM� i �.7NA0 �% 110 { ip.00 No 8k No B10 No BM T%'^v 1p tot� ToyaU Tu�7n MT Trutli DaOM Canl.�L FFV Vt �Bpo 11T BRe IOE) Pu9 8 Rou'Mrr�Aoon Toval� t i2A17.W Ml tA t iMAO No BW No BN Mo 810 7M 30H Toyal� Tu�A�lWD Truek Dd�OM Gb LB 6.7L FFV 11� ��EpJ 11T SR ni8) M77l) 5 RwbMJAOare Torol� 1 70.N7.W K 77B ! 7NA0 Ib BW No Btl Ne Bk 1M ION Toyob TuM� �VID TrueM OaiEM CaD LBl.7L FFV V�ldpE 11T BR! (SE) (t3M) B Rowrtrw�Aloon TovaU ! ]2.117.M M4 iM t 1M.M No BN No BW No Bk 1M bt� Tqab T�nb� �WD Truek C�wM�i 1.lL Vt 1-eql �T 6R618E) P�s�) R4V9ff44-M,QgLTovda i 13.ITA0 q 1!0 � tNAO 1b Bq No BN No Bq 7A ]0/�7oyoUTUnM�IWDTrudtCtwrMU6.1LFFVV�ldpAATBM(SE��N]� 8 Rwnlraa-MOOreTovIX� i �JJM.00 !% 1f0 ! 1Md0 NoBW NoBN NeBW FWhr tt� CW: 7N Tm (yrOw CMVroM PoNic 6MC � m.1ML0 0% N-t]0 !b Bq { 1MA0 1b BW � 6,M�A0 Ple►iq TrueR. �WD W bt� CnmoM BYwwOo 1lOWO A4D Rp GO ti].P Wwk TruG (CNSN09) 8 NW�JavChevroblBWCkaMC � t/.W�AO L% M.130 i 7pA0 1 ip.BB NoBN � {.�7�A0 7p IONCMwaMtlYwwtlo7lOOIIDfWORpCWt�JA'ITICNt�MJ) � OerbrCMVroWPonM�cGMC � t�AMAO 0% YO-1t0 NoBW ! ttl.00 NoBM i 6.�NA0 O�rWrGhmoMPwR1�cOMG � M,90/JO O% M-1t0 No81d � /M.00 � /,1M.W NoBM 170 701� GOwrd�l9frw�do SClOIq �WO OqiON C�b 7N.T MbrY TrvcM �CNSNN) 8 AI�nJerGMVrpk(BUkkOMC 1 27.HIA0 {% W.11� / 1p.00 � 7p.00 / 6.7�fA0 NoNtl OarbnCMVlobIVMLCOMC � 77,q{JO 0% M-1M NoBp t 7H.00 1 {.1MA1 NoBM 171 10H ClrvraM BMVar�EO Ti0B11� fWD Oa�EM CM /M.T LT (CK2AfJ) 8 AW� .NV CMVraMt BukM OMC i ]200�A0 1% �0-130 i /pA0 � ipAO ! f.7t1.M No Bld GxEVCMnoMPa�M1�ccMC f t/A7�.W 0% M-im No90 1 7MA0 NeBld / {.NL00 �6� Attachment D.4 - Price Sheet - LI ht Trucka and S rt Utlli � Vehicles 3ub-Groups C-0: Trucka Under 1 Ton Commodi Code No. 25101507; LIGHT TRUCKS OR SPORT UTILITY VEHICLES �--- -.-.._._.._- .._- ----- -- ------ --. . __------- -----.. To review more information about EPA Fuel Economy please go to: � Pleaae saa tM IMo SMet for InsWCqons, Ganen! I�formallon, and reference Ke . """'NOTE: THE PRICE SHEET 18 NOT COMPLETE UNIESS IT IS USED IN CONJUNCTION WITH THE COMPLETE RE�UIREMENTS, SPECIFICATIONS, TERMS, AND CONDITION9.'""' M�nubetwx/ an«�oo �w van�w ceM oq�� Eanwa IdenHfkd Afte�narket Options" Sub-0roup� EVN 4duCry CWs� BnnO� Nu�iu ReAer^�+b'� Mobl� FuN ��� � Ikk� (AM'.r/I.00) Df�eoup laatllM M ___ =,� ��:�„_ ;, ��., C�w� � Iq%) Mrsl�l�� E�� 3Ml+�.Seec4a �. �..�vk�..91n �y.w Pnc.:stm .. .. . .wm� ..' I ""'._..__._..._.____".._..._____."'_._... .._.....__..,-..""" � ' . .. . .. .. . ,.'.:, ' � �... . _.. ,:. „ .� � s n.�n.w ex eo-�zo s �a.00 � �a.00 nw ea 1 6A]t00 CMVraM �nrW� Gtiev_r��_Pw��Lc G�.�!,. f 7/.�NAO 0% M-f]0 NoBW ! 11l.W 1blW S �.W.OY 1fi 301Y GMnaM151NxWO 2KOIID {WD OaEM GE 7N.1' lT (CKtNti) S � AlanJrvChevrolelBUkM6MC � 72,iNA0 0% W-7Y0 � 7pA0 { 1p.00 NoBltl � �.At,00 GarMrCMVmMVOMWCOMC � ]1.1p.0! 0% W.730 NoBW � 11�.00 1 1.7N.00 NoBW 1f� SOHCMVroMBNVw�dot00011DtWDCnwGEtp.7'WOrMTruetICN261Lt� ! N Alui Jav ChevroM eukM OMC / b �� � p-�p 1 7pAC 1 7pA0 � �.7N.00 NO BM WrCxChavroMPwnNCOMC � ]3.W�.W 0% �0-13� NolM i tU.M { �.iM.O� NoYW m ma cnn+ew aM...ao xeeao wvo a.v c.e �u.r �r F�cmal s MmbvcMVralelBUkkoMC i NAM.N !% N-110 / 7p.W � tpl0 i �.f17A0 Neitl OnLMChevroMVwlNeGMC � 1�.7!/.BO 0% W-t30 MoBtl i tMAO NDBW { f.WAO 77� Mt� CMvroM181NUrb 2100X0 /MIG Crew Cab M.T YMOrM 7ruek �CKt/M8) B T Alm J�v Ghevrdel BukM OMC i a. � . � � �p-110 � iqAO 1 iM.00 No Bltl t {,l7�.00 fil[Mt GlwrdN Pmtl�c OMC � 72,�MAB 0% M-7t0 Ne BM 1 iL.00 Ne Bq � �,�M00 1T 30N CMVraM &Nnado 1bOX0/NID Crer CaG M.T lT (GIQ6Mi1 8 IWnJrvGMVraYtBUkYOMG � p p� p-iM � 1pA0 1 ip.W NeBq i {J7LN Dan RNE FoN ! 57.770A0 �7{ it0 � 7MA0 ! t/OAO Ne BIA / lJM.N tlt 1!'qFaEEaP��YF2Ml16VIWDRpGal/i7'%L�FtB) ! WrOarfora.lnc. i S7A/0.00 0% M-7t0 NoWO ! 1NA0 NoB1E MoYd oo� n�w Faa t xr.uo.00 n �w � xeo.00 t xeem xo ea i e.er.�e m 1016Fa0S�qwDUlyFBWlRWlViDRpCtl7]T'7(LT�ftB� s wvn Fae uc. f x7A7x.00 +ox 70�! t tw.a 1 tw.00 Mo a�a i eAOOm DonReWFmd � N.pYAO t% 110 i 3W.00 1 NBM NoBM � �.M7A0 It0 tON Fad 8�qp DuIY f-S60 6RW �WO HwwC�U NY X10�7fi1 8 GarOU Fwd In:. � t6.TNAY 0% M130 No BW / IMAO No BM NolM DuvNFVOLLt. f ��.Y6tA0 6% 10-M i /MM / 1W.W NoBq � {,Ml,W Da�RaaaFOra i b.aoAe M1 1]o f tM.M I 1eoL1 rbBM i {.ON.W H1 1011 FwA Supx Ouly F-t/0 BRW {MIO SupseC�O tIR" %LT (X78� 8 QyvNFwEILC. � 3l.7�lAO 70% 70�1 � iMAO 7 1W.00 IbBM � �,WLL00 Don ReIE Fwd � 26.700.00 Y% 7]0 { 3N.00 7 3l0.90 Ib Bld { /.Ml.00 it7 30t6 FwA Stqar Ouly F8l0 BRW �VYD BupxCtl t!Y XL (1[TB) 8 � GarEerFwE.bX � T6.M7.00 0% �0-1tY NolW i 7WA0 NoBtl NoBM DonRMFaE � M.1MA0 Ml 130 � 2W.p i tNAO NoBN i l.�MAO tp tOM Fpd StQw OuIY F�260 BRW �YA 8�ya'C�416P %LT (�1 8 WvNfwELLC. / 3lA73A0 10% 70�N � 1MD0 f 1W.00 NoBM i �AM.YO Oon ReiO FwE 1 3�.tMAD 70% 1S0 � 110.00 � 210.00 No BIE t 6A�N 1M SB1� Ford S�ar Duly F-t!B 8RW tLVO C�nr CaE 100' 1fL (WIB) B OuEer Fmd. lnc. l S6.M2W 0% W-120 No iA � /0l.00 No BM Ib BW Oon RME FaJ � 103MA0 M1 720 i ]NAO 1 fW.00 Ne 810 i 6.lM.BO 7p 101� foN Bupw Duly F-]!0 8NW /WD Qew CN 1N' ILT �MRB) B DuVYFaNLLC. � 70JMAY 10% 7li� � /MA0 1 /MJY Nolq � �.�04M DonReMFad i T�MO.00 M iS0 � t/O.W ! tW.M NeBq � �JMN iN tONFaE&prOVyP-4MSRW�YAC�G417]'1lL E OxOar Ford Inc. i 3l.T30A0 0% N�7t0 No BIO i t0�A0 No Bq No W DonReidFOrd � lO.MOAO A 110 f SW.00 i 7WA0 NoBN 1 6.ML00 7t� RMt FpE SupM Ouly F-l60 BRW �MID C�aw CW 177' AT � 8 WrvtlFOrULLC. � 11.1fSA0 1B% 70Jt � 1W.00 � f00.00 NolM � 6,�W.00 QtlMI GMVrobf Ponll�c OMC 1 M.1NA0 0% M-120 NolW i 11�.00 NolW � {,M100 ia »u oMC eiu..:rwo �wo ap c.e w.e• fncme�l s . NM .MV CMVrdM BukM OMC ! H.pf.OB b% �D-170 1 1MM i tpAO Ne BIY � �.�71W . ttl b1! OMC Slert� IIIBMID �YYD NN Gb t]iA•!LE (TKtlMi) s Sirt4ff Clevrobl GoMYC OMG 1 1lAMAO 0% N-130 No BM t tUAO No Btl ! i.W.N '� SiMIlefG�enoMl►oN1�c6MG i T�AM.00 0% W-1t0 NeBM 1 7M.M � {.1M.Y0 NoBtl . 199 ]Ot! OMC Skfr� ZlBOIID MID OouEM Cab 1MS (TIQl767) S tue�.r. cn�.o� ew�w oMC t r.ew.eo ex eo-+m t wm � �n.00 t e.���au No ea � AttachmsM D.4 - Price Sheet - LI ht Trucka and S rt Utfli Vehiclas Sub-G�oups C-D: Trucke Under 1 Ton Commodi Code No. 25101607; LIGHT TRUCKS OR SPORT UTILITY VEHICLES — � -- - — --- --- �� To review more information about EPA Fuel Economy�lease go to: � --- — ---- --- --- Pkase sn the IMo 3haet tor Imtmetlons, Ganenl IMorm�tion, and Marence Ka . ""'NOTE: THE PRICE SHEET IS NOT COMPIETE UNLESS IT IS USED IN CONJUNCTION WITH THE COMPLETE REQUtREMENTS, SPECIFICATIONS, TERMB, AND CONDITION3.""' � f M�nuhctwwl �� I1YnrN BaMVMticM OEMOpIbm EWnBM _ OPtYOflf� _�L:etY^a�iPldBntlTs"�d A� RI18 �8t:c ..1, c�<a� v_e_ SW{koup EVN Uqwtrr CMn ��� �� RepnwrMMlw Model� FuN p�yialbn Nanr� Ak� (9M,p100) Obeaek l�tl�tlnw In .., _�c" _ ... � � (M�1 aNS I�I�� � aY PG�Ii k+�LkS�..PL� �.P3�!i P.SS:NJ/i1 11t1J+_t ISSa+�. � ..' .'. _. .� s ox.ave o0 ox eo.i:o No eie f ix�.00 f enN.00 rw e�e t�t I011 OMC SMrt� ilOONO �WD Doude LM 1N.T' SLE (TK]!l!�) 8 n�.�,., ��e_�s��r�,c � u.�a.00 ex eo-uo t m.w i m.00 � a.���m raeie QWerCMVrdetPOntYCOMC t n.ow.w ox ra.�m Mee�e � �n.00 woau t a.wno �n �sw w�e a�.. rsooHO avo oo�er c.e ia.r frKxaal s T ANn Nv CMvrdM Buick GMG � naum n wnm i �sm � ia.eo wo eie � e.moo p� puhe� ClwvroM Partlec GMC t 3x,7Nm o% W-/io NeWe 1 1sAe NoBla 1 f.aaw 1p 101� OMC &err� 3lOMID �WD DaOM GE 1Y.1' 6L! (TKtW7) t NYIJavClrvioMBWCMOMC � 7.7.f17.00 M W-1f0 � 1tl.M � tpAO Noltl 1 /.Q100 WrMrGhevroMPOnfIxOMG � b,iN.00 0% /0-170 NoWO i 17/AO 1 l.tNAO NoYW »� t�u oMC ewn:eeoiu �wo a.. c.e �u.r 1��u� e nw�.i..cnenw.�ew�wornc t naum ex ro-�m t m.a t +u.w t s.��+.ee rama GcrMr CMVrdel GoNfec OMG 1 77.�N.lO 0% W-1t0 No BM � iL.00 � �.7NA0 No Bltl 1N ION OMC BNrt� t00DMD MID Crw GW ib.f' BLE (TI(]blq) b pNnJarClrtvroMBUicYGMC � ��� y� �p-170 i ip.M 1 7pA0 1 l.fNDO NoBN QnOx CMV'oM1 PonNSC OMC i 7�.IIM.M 0% q-130 No BIO � 7M.00 No BN � 6.M.M Ht lOH OMC BMrt� 7M010/WD Cm CM H7.1' (7K26N]) � py� yy ClwvfoMt BwcM O/�. C�_ t b.uM.00 6% t0.7t0 � 1p.M i 7p.00 No81d f sA7LM GuMf ChevroM Ponfix GM4. 3 11.1MA0 0% q1R6 No BN 1 71100 1b BM i �.�M.00 �n me oMC s�... ueono uw a.. c.e �aa't� tnczuu� s p1�n Jev Cl�evroM Bukk OMC 1 M72f.oa !% e0-tm f m.90 t 1p.eo No Bia t 6.�MOo 7N 30N Ran 2/OB �YID ibp GE 1M.6' TrM�rrrn I�Ll7) GuDar GNV�Yr UoAro Truck. Inc � M.A�J� 0% M-730 No BM 1 /N.00 No Bltl � 6.M100 ANONafonCDJRV�nGroM�Wries � 21,7�Y.M t% lOJO f 1M.00 i 11�A0 No81d � 6,lY600 tM 101� R�m flOO IWD C�w CW /q' Trbemrn (DJ7U1) � OwUxCMVaMrOoEVeTrucM Mc 1 M.1MA! Ob M-720 NoBfd / 71�A0 � l.1MA0 lbB10 � 4lAUAO 1% 10-/0 ! iMAO � 1]�.00 No BM � f.NLM R00 1016 Rrn P!W �WD Cml Cab 1B/' Tntlapnn IQRU2) GerDer Ghrv Wr OoEae TrucR. Mc � Zl.77{.00 OY p-770 Ib Bld t 17l.00 !b BW i 6,H1D0 I�Y: W11. NotllvaYW. • W�1 •� pw�wn+uoax. Velro.n Cun.m wcr...nauv. r�oer.p.an.a in w. c.p. �