Loading...
HomeMy Public PortalAboutResolution No. 24-034 - Piggyback Florida Sheriff's Association Cooperative Purchasing Program to purchase a senior busSponsored by: Interim City Manager RESOLUTION NO. 24-034 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, AUTHORIZING THE CITY MANAGER TO PIGGYBACK FLORIDA SHERIFFS ASSOCIATION COOPERATIVE PURCHASING PROGRAM CONTRACT NO. #FSA23-VEH21.0 FOR HEAVY TRUCKS & BUSES, AND ENTER INTO AN AGREEMENT WITH MODEL 1 COMMERCIAL VEHICLES F/K/A CREATIVE BUS SALES, INC. FOR THE PURCHASE OF A SENIOR BUS, IN AN AMOUNT NOT TO EXCEED TWO HUNDRED THIRTY-TWO THOUSAND, SEVEN HUNDRED NINETY DOLLARS ($232,790.00); PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City's large senior population requires safe and reliable transportation; and WHEREAS, on January 10th, 2024, the City Commission passed Resolution No. 24- 001, which directed the Interim City Manager to take all the necessary steps to purchase a new City bus to be utilized as transportation for the senior citizens; and WHEREAS, the Interim City Manager is seeking authorization to piggyback a Florida Sheriffs Association Cooperative Purchasing Program Contract to purchase a new senior bus in an amount equal to or less than Two Hundred Thirty -Two Thousand, Seven Hundred Ninety Dollars ($232,790.00), pursuant the proposal of Model 1 Commercial Vehicles f/k/a Creative Bus Sales, Inc, attached hereto as exhibit "A". The vehicle has the following specifications and features: 2023 Model year; Accommodates up to 42 passengers; Efficient fuel capacity Range; Heating and Air Conditioning System; One Braun wheelchair lift in rear; Two wheelchair spaces; Overhead storage compartments; and 5 Year/100,000-mile manufacturer warranty; and WHEREAS, funding for the Senior bus will be addressed in Budget Amendment #2 (BA #2) of Fiscal Year 2023-2024. The full allocation of funds will be sourced from the General Fund's Contingency Account 19-519390. The financial impact of the senior bus will not exceed Two Hundred Thirty -Two Thousand, Seven Hundred Ninety Dollars ($232,790.00), which will be addressed after the passing of BA#2 in account 72-572648; Parks & Recreation, Vehicle Purchase; and WHEREAS, the Florida Sheriffs Association previously issued an Invitation to Bid and awarded a contract to Model 1 Commercial Vehicles f/k/a Creative Bus Sales, Inc. for Heavy Trucks & Buses (attached as Exhibit "B"), pursuant to its Contract No. FSA23- VEH21.0, for a one-year period commencing October 1, 2023 through September 30, 2024; Resolution No. 24-034 and WHEREAS, pursuant to Section 2-318(3) of the City's Purchasing Code (as approved by Ordinance 2020-07) the City may purchase and acquire under contracts with the federal government, the State of Florida or its political subdivisions and also municipal co-operative purchasing organizations and programs and when the City Manager has determined that the prices of the original contract are competitive and reasonable; and WHEREAS, the City Commission finds that it is in the best interests of the City to piggyback The Florida Sheriffs Association Cooperative Purchasing Program Contract FSA23-VEH21.0 with Model 1 Commercial Vehicles f/k/a Creative Bus Sales, Inc., attached hereto as Exhibit "B", in order to benefit from already negotiated rates and enter into an agreement, attached hereto as Exhibit "C", for the purchase of a Senior Bus, as provided herein, in an amount not to exceed Two Hundred Thirty -Two Thousand, Seven Hundred Ninety Dollars ($232,790.00). NOW THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA LOCKA, FLORIDA: Section 1. RECITALS ADOPTED. The recitals to the preamble herein are incorporated by reference. Section 2. AUTHORIZATION The City Commission of the City of Opa-Locka, Florida hereby authorizes the City Manager to piggyback the Florida Sheriffs Association Cooperative Purchasing Contract FSA23-VEH21.0 with Model 1 Commercial Vehicles f/k/a Creative Bus Sales, Inc., attached hereto as Exhibit "B", in order to benefit from already negotiated rates and enter into an agreement, attached hereto as Exhibit "C", for the purchase of Senior Bus, as provided herein, in an amount not to exceed Two Hundred Thirty -Two Thousand, Seven Hundred Ninety Dollars ($232,790.00). SECTION 3. SCRIVENER'S ERRORS. Sections of this Resolution may be renumbered or re -lettered and corrections of typographical errors which do not affect the intent may be authorized by the City Manager, or the City Manager's designee, following review by the City Attorney, without need of public hearing, by filing a corrected copy of same with the City Clerk. Section 4. EFFECTIVE DATE. This Resolution shall take effect upon the adoption and is subject to the approval of the Governor or Governor's Designee. 2 Resolution No. 24-034 PASSED and ADOPTED this 28th day of February, 024. TEST: oinna Flores, City Clerk APPROVED AS TO FORM AND LEGAL SUFFICIENCY: Burnadette Norris -Weeks, P.A. City Attorney Moved by: Commissioner Williams Seconded by: Commissioner Bass VOTE: 5-0 Commissioner Bass YES Commissioner Kelley YES Commissioner Williams YES Vice Mayor Ervin YES Mayor Taylor YES John H. ylor Jr., Mayor 3 } City of Opa-locka Agenda Cover Memo City Manager: Darvin Williams CM Signature: 0.4-Y Commission Meeting Date: 02.151024 Item Type: (EnterX in box) Resolution Ordinance 0 er X 1 Fiscal Impact: (EnterXinbox) Yes No Ordinance Reading: (EnterX in box) ) 1st heading r 2nd Reading X Public Hearing: (EnterX in box) Yes No Yes No X X Funding Source: ' Account# : (Enter Fund & Dept) See Financial Impact Section Advertising Requirement: (EnterXinbox) ' Yes . No X Contract/P.O. Required: (EnterX in box) Yes No RFP/RFQ/Bid#: X Strategic Plan Related (EnterX in box) Yes .. No Strategic Plan Priority Enhance Organizational Bus. & Economic Public Safety Quality of Education Qual. of Life & City Communication Area: El Dev 1] Strategic Plan 04/Strategy: (list the specific objective/strategy this item will address) X e i• Image gm f i• Sponsor Name City Manager Department: Financial Services Short Title: A resolution authorizing the Interim City Manager to piggyback the Florida Sheriffs Association Cooperative Purchasing Program to purchase a new senior bus in the amount not to exceed $232,790. Staff Summary: On January 10th, the City Commission passed Resolution No. 24-001, which directed the Interim City Manager to take all the necessary steps to purchase a new Citybus to be utilized as transportation for the senior citizens. The City's large senior population requires safe and reliable transportation. Therefore, the Interim City Manager is seeking authorization to piggyback the Florida Sheriffs Association Cooperative Purchasing Program to purchase a new senior bus in an amount equal to or less than $232,790. The vehicle has the following specifications and features: • 2023 Model year • Accommodate up to 42 passengers • Efficient fuel capacity Range • Heating and Air Conditioning System • One Braun wheelchair lift in rear • Two wheelchair spaces • Overhead storage compartments • 5 Year / 100,000 -mile manufacturer warranty Financiaa Impact: Funding for the Senior bus will be addressed in Budget Amendment #2 (13A #2) of FY 24. The full allocation of funds will be sourced from the General Fund's Contingency Account 19-519390. The financial impact of the senior bus will not exceed $232,790 which will be addressed after the passing of BA#2 in account 72-572648; Parks & Recreation, Vehicle Purchase. Staff recommends the City Commission authorizes the Interim City Manager to issue an RFP to purchase a new senior bus in the amount not to exceed $232,790. achrme Price Proposal and Vehicle Specifications Florida Sheriff Association Cooperative Purchasing Program Final Award Report Florida Sheriff Association Cooperative Purchasing Program Terms and Conditions Email Correspondence ( Pricing for Overhead Storage ) W-9 Form MODELS 2023 Starcraft Allstar XL 40' PRICE PROPOSAL Prepared for Opalocka, FL CONTACT Date Issued: 2-1-2024 Name: Les Burres Phone: 904.537-7710 Email: Iburres@modell .com Whether you need to till a spot in your fleet or create an entirely new vehicle, your Modell experts have a.single top priority: you With a clear understanding of your needs, we find ways to deliver - starting with deep relationships all the way back at the manufacturer. level. And with the nation's largest inventory of commercial vehicles, you'll never be short on the best choices to make for your business. SALES EXPERIENCE 550+ Years of Collective Bus Sales Experience Servicing Over 1,500 Customers Annually COMPETITIVE PRICING Volume Discounts Fixed Contract Pricing IN-HOUSE FINANCING Seamless Transactions Flexible Solutions NATIONWIDE NETWORK 21 Full -Service Locations Nationwide Partners with 25+ Top Manufacturers r • - MOOELI PRICE PROPOSAL SPECIFICATIONS CHASSIS 2023 TC Commercial Bus GVWR: 30,000 Engine: Cummins ISB B6.7 240HP Fuel Type: Diesel Fuel Tank: 65 gallons Transmission: Allison 2500 Tow hook, front frame mounted (2) Brake System: Air dual system EXTERIOR • Exterior Color: White • 305" wheelbase • 96" wide exterior body Fully welded steel cage construction meeting all applicable FMVSS requirements • "Starview" driver's visibility window in front of entry door • Electric actuated 36" passenger entry door with full length glass (2) • 36" wide x 36" high upper double T -Slider tempered safety glass windows with climate control tint Black powder coated steel rear bumper Rear mud flaps Pre -painted white aluminum side, skirls Fiberglass front and rear caps One-piece seamless FRP (fiberglass reinforced plastic) roof Breakaway rearview mirrors with built-in convex Keyless entry system remote Front destination sign window with overhead access door Side destination sign window INTERIOR 81" interior floor to ceiling height Flat floor (no wheel wells) 5/8" exterior grade plywood flooring Ceiling and rear wall fabric for sound abatement Printed circuit board with automotive type fuses and LED trouble shooting lights Walls and Ceiling: Grey padded vinyl Flooring: Gerflor Sirius Graphite Grey Yellow step nosing (8) Ceiling grab rail (each) on both sides Parallel grab rail both sides of entry door 1 V4 grab rail parallel to entrance steps (both sides) Grab handle, chrome, left side only Stanchion and modesty panel behind driver Stanchion and modesty panel in front and behind with parallel grab rail A/C & HEAT • A/C System: TA777033 Super 135K, TA77 and TA71 (2) SMC3L (1) 10 CID COMP (1)15 CID COMP • Heater: 65K BTU, floor mounted (2) LIGHTING • Door activated Interior lights • Sealed LED stop, tall, and turn signal lights with incandescent reverse lights • Entry door step well lights • incandescent driver and passenger area lighting ELECTRICAL • Intermotive Flex Tech Electrical System • Alternator: 12V 320 Amp AUDIO / VISUAL • Deluxe AM/FM/CD (4) speakers with mic input and clock • PA module to be added tc stereo system • Additional speakers (4) • Rosco back-up camera system with 7' rearview monitor/mirror combo Wheelchair Accessibility 34" x 54" Braun wheelchair lift located in the rear of the unit Fast Idle with Interlock • Wheelchair door upfit pack ACCESSORIES • Automatic Q' Straint securement kit with combo lap/shoulder L -track (2) • 0' Straint storage pouch (2) • Priority seating sign **Required for ADA compliance** • Wheelchair decal (international symbol of accessibility) each • Dual chime tone, pull cord ADA compliant stop request dual display sign • Touch tape for ADA stop request (2) SAFETY • Back-up alarm SAE type C 97 db(A) • Rear entry door interlock PASSENGER SEATING OPTIONS • 42 Ambulatory, 0 Wheelchair • 40 Ambulatory,1 Wheelchair • 36 Ambulatory, 2 Wheelchair SEATING Passenger Seating - Seat Fabric: Level 1 Oxen Grey Vinyl — Mid high, double seat (18) - Handi Flip, double seat (2) - Foldaway, double AM Benchback (1) — Seat belt, non- retractable (42) — Seat belt loop (40) *Not available on foldaways - Antivandal grab handle on aisle seats (19) Driver Seating: High Back with integral headrest, 1 chamber lumbar, 2 position front cushion adjust, angle back adjust, and right arm rest [n�] MODELS PRICE PROPOSAL WARRANTY Manufacturer Warranty Chassis Warranty , Starcraft: 5 Year / 100,000 Miles Basic: 12 Months / Unlimited Miles Powertrain: 4 Years / 50,000 Miles All vehicles come with warranty, but Model 1 offers more value without the added cost. Our coverage and support come with each of our new vehicles — standard. WE PROCESS ALL THE WARRANTY REGISTRATIONS We register all of your bus parts for you, no more pesky warranty cards to fill out. This includes all parts, wheelchair lift, electronics, HVAC, etc. WE HANDLE ALL THE PAPERWORK We administer and coordinate any warranty work. You make one call to our warranty department, and they take it from there. REPAIR FACILITIES NEAR YOU When warranty work is needed, we use service repair facilities near the bus location. We have over 3200 authorized centers and growing. You will never have to drive far to get repairs completed. NO MORE CLAIM FORMS Model 1 handles all parts of the claim process, you will have no out of pocket expenses, no reimbursements, and the service facility will be paid directly by us. LONGER WARRANTY PERIOD We have negotiated extended periods for the units we sell. Unprecedented 60 month/100,000 mile bumper -to -bumper warranty on the Starcraft bus upfit. [M,] MODEL PRICE PROPOSAL PRICING DESCRIPTION j AMOUNT FSA Base Bus Item 11 $140,137.00 FSA Options for Stock Bus ;$.92;653:00' Total $232,790.00 *Pricing does not include tax. FSA Item 11 Options added to Base Bus 22911 International Deisel Chassis Cummins ISB 240 HP Allison 2500 $23,621.00 22001 FRP on Rear wall, Grey $390.00 22000 FRP on Ceiling, Grey $957.00 26451 Trans Air AC 125K BTU TA7733 Super 13 Dual Compressor $24,452.00 20083 65K BTU Floor Mounted Heater (X2) $1,588.00 2871 Install1Front Destination Sign Window $865.00 2872 Install Side Destination Side Window $489.00 8810 Door Activated Interior Lights $71.00 8287 Delux AM/FM/CD Radio PA Ready $581.00 99 PA System w/hand mic connected to Radio $298.00 20206 Double WC Door w/Windows $1,772.00 20227 Braun Lift Century (34"X54") $13,221.00 20390 Fast !del w/Interlock- Intermotive IC $3,452.00 8689 Q Straint Wheelchair Tie Downs Max Retractor (X2) $2,438.00 20267 Back Up Alarm 97dba $99.00 99 Ceiling Grab Rail (Both Sides) $461.00 8130 1 1/4" Entrance Grab Rail (both sides) $184.00 20301 Stanchion Modesty Panel Behind Driver $248.Q0 8067 Mid High Double Seat (X8) $8,616.00 20320 Flip Seat, Double Freedman Mid High (X2) $3,416.00 2336 Foldaway Seat Mid High Bench Seat $2,190.00 2311 Anti -Vandal Grab Handles Aisle seats (X17) $1,564.00 Total $90,973.00 Ashley Walker From: Les Burres <LBurres@modell.com> Sent: Thursday, February 1, 2024 10:27 AM To: Junior Bergel Subject RE: Florida Sheriffs Association Bus options Attachments: 2023 FSA Starcraft 42+2 IC proposai.pdf, FSA Item 11 Options to Base Bus SC 42+2.pdf CAUTION: This email originated from outside your organization. Exercise caution when opening attachments or clicking links, especially from unknown senders. The addition of Over Head Luggage Racks would be $1,680.00. I attached the revised proposal with the luggage racks added. LES BURRES PUBLIC SECTOR SALES SOUTHEAST � MODELI EMAIL: Iburres@mode11.com OFFICE: (904) 241-6004 x384 MOBILE: (904) 537-7710 MODEL 1 COMMERCIAL VEHICLES Setting the example the industry follows FOLLOW US ® a17 RING IN THE NEW YEAR WITH A LIMITED TIME OFFER IN STOCK AND READY TO SHIP From: Junior Bergel <jbergel@Opalockafl.gov> Sent: Thursday, February 1, 2024 9:50 AM To: Les Burres <LBurres@modell.com> Subject: RE: Florida Sheriffs Association Bus options 1 You don't often get email from jbergel@opalockafl.gov. Learn why this is important 1 Protecting, Leading & Uniting...since 1893 FLORIDA SHERIFFS ASSOCIATION 2617 Mahan Drive, Tallahassee, Florida 32308 PD. Box 12519 • Tallahassee, Florida 32317-2519 Notice of Final Award FSA23-VEH21.0: Heavy Trucks & Buses Date: October 1, 2023 To: Bidders and Purchasers From: Hugh Oliver, Cooperative Purchasing Program Manger p: (850) 877-2165 f: (850) 878-8665 www.fisheriffs.org Re: Notice of Final Award for FSA23-VEH21.0: Heavy Trucks & Buses Florida Sheriffs Association (FSA) has completed its 21st year of the cooperative purchasing heavy trucks and buses contract. FSA is issuing the Notice of Final Award for contract FSA23-VEH21.0: Heavy Trucks & Buses that will be effective from October 1, 2023, through September 30, 2024. This year's bid included 80 items. The contract will offer class 3-5 cab & chassis trucks and buses. The competitive process for this award began in May 2023, when stakeholders were surveyed regarding procurement needs. Items were added based on survey results and the Fleet Advisory Committee's review of products. An advertisement for the invitation to Bid was published in the Florida Administrative Weekly, as well as the State of Florida's Office of Supplier Diversity and the FSA websites. On May 5, 2023, a direct notification was sent to 716 prospective bidders to participate in a voluntary bidder workshop. The ITB advertisement resulted in 81 pre -bid attendees or waivers. Of these respondents, 30 submitted bids and 29 qualified. FSA has identified intended awardees in the attached Final Award Report. The Final Award Report shows up to three lowest bidders per item, per zone. The Florida Sheriffs Association Cooperative Purchasing Program has followed the Contract Terms and Conditions for this procurement. Bidders that become awarded vendors are governed by their manufacturer agreements and the Contract Terms and Conditions. Contract pricing will be extended and guaranteed to the Florida Sheriffs Association, any unit of local government, political subdivision or agency of the State of Florida, or to other entities approved by manufacturers to buy from this contract, which can include out-of-state sales. Vendors that wish to extend contract pricing to entities other than those defined here are governed by their manufacturer's agreement. All purchasers are bound by state law, local ordinances, rules, and regulations for purchases made under this contract. Itern R .- Item GrOap _.. ._ .. __ _..—__—,._._ .__ _ __ _ gases Eleatic 19 t o213PassengerCapacity Range Van -Type Calaway Chassis I em -. _ .. . - Enders B Series Model 8 -SS W fink https//www .mwendori bk. airderter nal/award7152477 81.1 1 e Chassis Buses Electric . 20 to 52 Passenger Capacity Range Conventional -Typ e Bluebird Vision Electric B Visi on Eleatic farcUwwymW ndpol nk.wmL axtemal/aa 7rd7s=152477&i=2 2 3 Buses EkMS 20 to 52 Passenger Capacity Range, C onvent lonalType Chassis Bl ueblydMl-Amer ken EleChk 13RE httpx//www .mwend orlink.ta n/ e:d emaUBward7s.152477&i'3' httys//www.myvendorllnkmm/arternal/award?s=152477&1=5 Electric 20 to 52 Passe nger Capacity Runge, Conventional -Type Chassis Phoenix Motorcars Z600Type A School Bus 2600 5 Bu ses 44 To 80 PassengerCapadty Range, Commercial -Typ e Chassis BYDTha Dreamer Type D Ela* Vlc Sdtool Bus ht60s//w s .mWendorli nkc nm/externPI/awarrRrs152477 &i=6 6 7 Buses Electric Buses: 14 to 25 Passenger Capacity Ra nge, Va n -Type Cutaway Chassis Enders &Seri es El -Series hthts1/www.mwendorank.tom/eatemal/award7s=152477&1.7 h ops//w ww .mwend arlinknam/exter nal/ award7s=152477 &1=g Passenger 'Capacity Range, Van -Type Cllta Way Chants Star aft AIstar AVstor - a Buses 146025 Buses 200052 Passenger Capacity Range, Conv enti onal Truck -T yp e C utaway Chassis Bluebird Vision VWon h6tpoy/kyww.mwendorlInk.cram/extemzl/awe*d7s-1 .52477&1=9 9 to S2 Passenger Capachy Range. Conventional Truck -Type Cutaway Chassis StarsaftAllst ar Allstar htass//www.myvandori bk. curn/extemal/svard7s=15247741.11 11 Bu ses 20 33 54 Passenger Capacity Range,Commercial-Type, Rear E ngine Chassis Blu ebird 1390 TSRE f ops:// www.mwendodlek.cam/exc emallaward?00152477&i=12 12 Bu ses to Buses 36 to S2 Passenger Capacity Range, Commercial -type, Front Engine Chassis Bluebird T3FE 13FE hips:lJwww.myv endoAlnk.rm pLext ernal/awards=152 471& 11-13 13 Cab Chassis Trucks Electric 54,00011s. GVWR 466 Semi Trader K enworth 2680E 1680E h ops//wvnv.mwand adl nk .wm/ademalLaward?s=152477 &i=14 14 an d Cab Cha ssis Trucks EleMc:54,0001bs. 6VWR466 Sar ni Tractor Petlerb6t573EV 579EV hitps/h www.mwendotlinkmm/e xt ernal/award?152477&1=15 15 and Cab ChasslsTrucks Electric 54,00016s. 6VWR4665eml Tractor V olvo VNR VNR httos://^94mwtnd emnkcom/e6R[Ilal/aw4rd7301i2477&I=16 16 1s and Cab and Chassis Trudu Electric Canven8Oaal Cab 33,D00lbs. GVWR[DRW) 4x2 bwematlanai EMV MVSOE ----' do 84.18 https .// wwWmy&4Dd cli nic gaternar/awad7 , 1v5472§I.29 ljtttnd/www.mvvendalinkmm/exte rnal/award7s=152 477&1920 19 Cab and Chassis Trucks Electric Conv en tio nal Cab 33,000 tbs . GVWR (DRW)4x2 Mack MD7 El ectric M0e7 2D Cab Chassis Tru d0561 ,6011kCab26,00016s6VVWR(DRW)462 Battle Motnrs(NT 114T a nd 462 Peterbat220EV 220 fps/Jwww .mwand0dink0om/exeemal/a Ward7s =152477 &i=j1 21 23 Cab and Chassis Trucks EiearlC Tilt Cab 26,000lbs. GVWR (DRW) Cab a nd Chassis Tru cks 17,500165 G VNI3 IDRW) 462 Ford F-550 Crew Cab W5G htt ps://www .mywendodinkmm/eidernat/award7157477&1=23 httns• .JJw! v!r-rmvend odinkc omJeider nelJawerd h'•152477&i=24 Ford F-550 S uper C ab X505 24 25 Cab and Chassis Trucks 17,500 IbL G VWR DRW (ha Cab and Chassis Tru es 17500Ibs. GVWR(ORWl 462 Ford F000 Super Cab F6K https://wWwdewerish adlri ksornyertgr nal/ awatd7 152477&1 2S h ttps://www.mwe ndodhekmm/external/ward7s4152477&in26 26 Cab and Chassis Trucks 175001bs. OMR (ORWM4x2 Ford F-550 R eg ular Cab F5G tntemational CV 515 htmsd/www .mwerrdodlnk.eon/gxterrial/award75=152477&i=27 27 Cab and Crumb Trucks 17,500166 6 9WR (DRW) 02 Cab Chassis Trucks 17,500Ibs. GVWR IDRW) 462 Kenw ptthT180 1180 httPxj/ wy,w-myv end odlnkmmjexjerpof awaTd 152477&(_2R 28 29 and Cab Cha ssis Tru cks 175001bs. GVWR(DRW) 402 Peterbllt535 535 h6Ds,//www,rt)w_e9dor0BkppmtextemnalL1Ward?1524 71&i=a9 31 and Cab and Chassis Trucks 1750016s. GVW R (DRW) 46 4 Ford F-550 Super Cab 5511 https// wnvw .my vend orlink.mm/ext ernal/award?s=1 .5247786731 ) Lttlssjlt W,VWendrllnkcom[enema ard7s=152477&ice- • 32 Cab Chassis Trucks 17,500 lbs. 63/W6 (DRW) 464 Fad F-550 Crew Cab W5H and Cab Chassis Trucks 17, 500 166. GVWR)DRW) 464 Ford F-050 Regular Cab FSH pttps://www-iNy ene{ odlnkcom/egt ernai(jISYP.rdj;=1$E$774)_43 33 34 and Ca b and duals Trucks 17,500 lbs. G VWR(DRW) 464 Fad F403 Reg ular Cab F6L httP6J/www.myuendorank. rom/eaternal(award ?=152477&4-3 4 bSDui•/L wC.6910R1BB7dlnk .>atn/R NWiPJLawa tde.1S2.4n&F ,9? 35 Cab Chassis Trucks: 17.500 lbs. GVWR (DRW) 4x4 International CV 515 36 and Cab an d Chassis Tru cks: 25,5001bs. GVWR (DRW) 402 Faro F-650 Regular Cab F6D hitB N//w o.mwendodink.mm/extemel/ewaM?V152A77&1926 https//www .mwendorlmk.com/extemal/award7s=152477&i =37 Cab Chassis Trucks: 2550011s. GVWR (DRW) 46 2 Freightliner M2 106 37 38 and Cab an d ChassISTracts. 25500 Ibs GVWR DRW 402 Nino 16 L6 het�s:!/wnrw.nwendorlinkmm/ extemaUaw ard75=152477&I- https//www .mwend orlink .cont/ext emal/award71.624771114 36 s Cab Chassis Trucks: 25,5001bs. GVWR (DRW) t ea international MV 607 40 and Cab Chassis Tru cks: 25,380 Ibs. 0VWR (DRW) 02 KenworthT280 T280 https:/Lwww.myvend0r5nk .com/extemal/award?fi152477(4.40 41 and Cab and Chassis Inch,: 25,500 Ibs. GV WR (D8W) 4x2 Mack MD6 MD6 beepsl/www ,mwandod nk,eom/odemal/ award7g=152477 &1=a1 https//www.mwend orlink .caMeaternal/aw2rd75152477 &1= 22 s:J/www.mwend odinkco est er n al/award7 6.152477 &1.43 42 Cab en d Chassis Trucks: 25,500 Ibs. GVWR (DRW) 402 Peterb115536 536 462 Ford F-750 Regular Cab F7D _ - 43 44 Cab and Chassis Trucks 3000056,. GVWR DRW Cab and Cha ss6 Trucks 30,00016s. GWYN (DRW) 402 Fre ightliner M2 106 httpsJ/www.rnwend odiniLcomlext em aj/award7 s41524778J.4 4 httns:Uwww.mWvandorlipgsrni5Le xtemal/PWard?s=152477&IwtS h0PsUwww .mwend or &Ikc om/extg0rdL*0ard75=]52477 &i66 45 Cab and Chassis Trucks: 30,00019s. OVVVR (DRW) 4x2 Nino L7 L7 Cab ChwsisTracks 30,000 Ibs. GVWR (0630) 4 42 in ternational MV 607 46 47 and Cab Cha ssis Trucks: 30,000 Ibs. GVWR (DRW) 4x2 Ke nworth 7360 T380 https://www .mwend odin kcom/ ester nai/ award7s=152477 &I=47 4g and Cab Chassis Trucks: 30.0o01bs. GVWR (DRW) 412 Mark MD7 MD7 - — itttasllwww.mw6ra10rllnk.c0r0/extemal/award7152477&1=48 49 and Cab Chassis Trucks: 30,000111 GVWR IDRW) 4X2 !rennin 6537 537 hgps://www.mwenderlInk,coin/extgmal/eward75=152477&ice and Cab Chassis Trucks: 30,000 Ibs. GVWR(DRW) 462 Western Star47X 47X ho ps5/ww wr .mwend 0din kmm/ extemal/award7ma52477&1-50 50 52 and Cab Chassis Tracks: 52,0001bs, 6VWR Semi Tractor 466 Freightlin er M2 - 112 linos.•1/was 6JtwendorllnkcomLextemal/aw ard7s=152477&i=51 52 and Cab and Chassis Trucks . 52,00011s. GVWR Semi Trada r4a6 Internatio nal HV 613 httysJ/www .wyv endori nk. tam/ ext emaljaward7s=152a77&1=52 httos:Uw wei smWendorORkwm/external/award7s=152477&1=53 h ops://w sw.mwendor8n krom/external/wvard?s.152477&1=54 53 Ca b and Chassishucks: 52,0001bs. GVWR Send Tractor 466 In tern atio nal 95 62F 54 Cab and Chassis Tracks 52,000 Ibs. GVWRSemlTrasto r466 Ke nworth 11380 1880 55 Cab and Chassis Trucks: 52,000 Ibs. GPM Seml Tractor 466 Mack AN or G Series AN orb Series hME//wW W. Mtbe0dmRnk,COnl/ External/aVardi£=152477&L-'SS 06 Cab and Chassis Trade': 52,0001bs. GVWR Sarni Tractor 466 Peterbilt567 567 istro:/Lwww,rayve ndedink.somjsternal/award7sd52477&i=56 0J_ nqs •JJw ww.mwe0y(ori mk.toloxtep)g,IjawaldZy 5;4T1&I•R 57 Cab and Chassis Trucks: 52,0001bs. GVWR Sarni Tractor 466 Volvo VSeries VSeries 16 Cab and ChaasisTruces: 52,000 lbs. 6VWRSemITiadu r 466 Western Stor47X 47X - - https;// wnyw.mwenddrli nk,rom hxtem r/9w5rd7s--132477$1=56 I1Usit, /LWISSNAtlaendoru0k, 0/.t3telP9ILWaies31 41Z(ti 609 59 Cab an d Chassis Truc ks 52,0001115. GV WRTru ck 4x6 FnIgMBn er M2 112 Chassis Trucks 52,000lbs, GVWR Toxic 466 awemadonal FIX 620 hop s/Lwww.mwendorli nkcom/ external/ award7252477 11=60- 60 Cab an d 466 Internation al HV 613 F rtt os:ILwuw.mw endorgrrkcom/esternaUaward 75=152477&i�1 61 62 Cab and Chassis Trucks. 52000165 GVWR Truck Cab Chassis Trucks 52,000lbs. GYWR Tru ck 466 - Ken worthT880 TH80 - h ttps.Uwww .myvendarii okrorn/e6ternaVaward?fi15247Z &1= 6! - 63 an d Cab Chassis Trucks: 52,0001bs. GVWR Truck 466 MackAN o rb Series AN or G Series ht 1//11CPChtfe.ONVWzIhlk ell4(eXternalLaW erd7cd52477&1,63 64 and Cab end ChaslsTrude:52,0001b6. 6VWRTruck466 Peterbdt5671 5671 hUpsigna^' •m Hood[Ok,Fne1B?demeVerward7s=352427& n64 Cab C hassis Trucks:52,000 lbs. GVWRTrack 466 Vo lvo VSe ries V5eries hnpnJ/rutwentwendartlnk.mm/external/award?V152477&I=65 65 66 and Cab and C hassis Trucks:52,00016s. GVWR Tru ck 466 We stem5tarrE0( 498 ),.tw .t/evwrmwa ndoriink.com/ external/ award75152477&i =6f 67 Cab and Chassis. Tilt Cab (DRW) 462 Bathe M otors LNT LNT-21 http s//w wwmwend or8nk .mm/extam all aw ardtc1S2477&1=67 68 Cab and Chassis Tilt Cab (DRW) 4,2 buzu NPR -HD - N3F1 https://Mvw.mwo nd orilnisc om/external/award? 152477&1=68 ,htt os:/Jwww.mwendodlrk.wm/external/award7s=152477&I=69 69 Cab and Chassis Tilt Ca b (DRW) 412 buzu FTR Chassis MTS/G1 70 Cab and Chassis Tllt Cab(ORIN) 4,2 Kenworth K270 K270 220 _ - -12126//www.mWe ada4bnk.comLgxternallaward7s =152477&r=71 http s//wwwmWendo# Mk.mm/extar5al/award7s=152477&1=70 - 71 Cab Chassis Tilt Cab (DRW) 4r2 Pe te rbllt2201 76 and Mobile Command Unit/Critical Response Urdt Frontline Communications CRU-22 CRU•22 hk1M//mvw .mWRnd ar5nk.9pm/ ext ernal/ward7s=ti2477&i=76 78 Refuse Trick Electric:60,0001bs . GVWR4x6 jab and chassis only) Battle Mot ors LEf0 LETMI hrios• .//Reim mwe6Apdink.comLextemal/awarl 152477&1=76 80 Refuse Truck Electric 61000 lbs.GWVR 4x6(ab and chassis only) Mack MadtiR Electric - Mack LR Electric httos:/Lwwv.mwendorlink .romLe xt errsal/aor ard7s=152A778d.8Q htro J/wwve mweink mm/external /awaN7s 152477&141) 81 Refuse Truck Electric:60,000Ibs. GVWR4x6 (cab and drools on M) Peterbllt520EV 520EV 82 Refuse Truck 60,000 Ibs. GLAND 4x6 (cab and chassis only) Autoar ACX64 ACX64 htinsc(Lm ny.mwendorlln.was/extemal(award?s=152477e1,s7n� 83 Ref use Truchc60,0001bs . GVWR 4x6 (cab and chassis only) Battle Mot ors LET2 LER-44 https:/Lwwwendorllk.B n ornimeerimlieward7s=1524 7/J'1=89 85 Refuse Trude 60,000 Ms. GVWR 4x6 (cab and chassi s only) - MackTE Steles TESedes hetne-N e w,myve ad orli k mle #gf nal(qumrd75=152477&pas 86 Re fuse Trude 80,5001bs . GVWR 4x6 (cab and chassis only) Peterbft520 520 httpr,/Lwww .mw endorlink.corn/extenWant rd?5 11477&i=B6 87 Refu se Trucic Compact 9.5 C ubic yds . Self-Ln adI ng Ref us e Truck Br oyhill T Q5.6 TD3.6 letPsdLwwrnaLiynandod ak,comJertamal/aw ard7s=152477&Ir87 helps;lLwww.mweadarlink._mm/external/ksrard?M152477&i--88 h ewn .!/www.mw endoillaks ord exterrall awmrd7s=152477&I=69 88 Tactlal Armored Vehldes T eradyne Gurkha MPV Gurkha MPV 89 Terminal Tractor AutoarACR42 ACR42 90 Terminal Tractor Kalmar Ott awa T2 72056 htWr/lwww mwendorlinkcom/external/0Nn1rd7mi sx ane.r.an 91 Terminal Tractor Kalmar Ottawa 124x2C4'froad 72055 heepe/Lwtm .mwendorlink.mm/external/award?m152477&1-9} 92 Terminal Tracto r Tin Pro -Spotter Pr o -Sp otter h ope,//www.mmcrd oriink .mmJUderrpl/Ryyerd?9.152477& M92 93 Ruses: 14te 25 Passenger Capacity Range , Van -Type C utaway Chassis Starlrans The Senator if Senator51122 jrtoe/LeA Oy dorifnk_mmJ e_xterrdLawardh=152477AI,J3 94 Buses: 20 to 52 Passenger Capa city Ranee, C onv entional Truck -Type C utaway Chassis StarTrans The Se nator 11 HD Senator HD 28 httpsJ/www.mw vndorlink .coml erotrsal ewaN7s=157 gn&h94 10/4/23, 9:01 AM Bid Award Award Report I VendorLink Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group: Buses Electric: 19 to 20 Passenger Capacity Range, Van -Type Cutaway Chassis Item: 1, Endera, B -Series, B -Series Description: Refer to Item Group Specificati ons PDF document f or FSA Base Specificati ons . Model Upgra de /Do wngrade: Zone Ran k Western Primary Alternate Northern Primary Alternate Central Primary Alternate Southern Primary Alternate Vend or Florida Transportation Systems, Inc. Creative Bus Sales, Inc. Florida Transportati on Systems, Inc. Creative Bus Sales, Inc. Florida Transportation Systems, Inc. Creative Bus Sales, Inc. Florida Transportation Systems, Inc. Creative Bus Sales, Inc. https ://www.myve ndorlink. co m/internaUstaff/awardzone Price Build File Options File $310,740.00 Build Options $317,189 .00 Build Options $310,740 .00 Build Options $317,189.00 Build Options $310,740.00 Build Options $317,189.00 Build Options $310,740 .00 Build Options $317,189.00 Build Options 2/83 Award Report 1 VendorLlnk 10/4/23, 9:01 AM Bid Award Contract: FSA23-VEH21 .0, Heavy Trucks and Buses Group: Buses Electric: 20 to 52 Passenger Capacity Range, Conventional -Type Chassis Item: 2, Bluebird, Vision Electric, Visi on Electric Description: Refer to Item Group Specificatio ns PDF document for FSA Base Specifications Model Upgrade/Downgrade: Zone Western Northern Central So uthern Ran k Primary Primary Primary Primary Vend or Florida Transp ortation Systems, Inc. Florida Transportation Systems, Inc. Flo rida Transportati on Systems, Inc . Flo rida Transportation Systems, Inc . • Price $403,309 .00 $403,309.00 $403,309.00 $403,309.00 Build File Build Build Build Build Options File Options Options Options Options https://www.myvendo rlink.comlinternal/staff/awardzo ne 1014123, 9:01 AM Bid Award Award Report I VendorLink Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group: Buses Electric: 20 to 52 Passe nger Capacity Range, Conventional -Type Chassis Item: 3, Bluebird, All-American Electric, T3RE Description: Refer to Item Group Specifications PDF document for FSA Base Specifications . Model Upgrade/Downgrade: Zone Rank Vendor Pric e Build File Options Fil e Western Primary Florida Transportation Systems, Inc . $421,854.00 Build Opti ons Northern Primary Florida Transportation Systems, Inc . $421,854.00 Build Options Cen tral Primary Florida Transportation Systems, Inc. $421,854.00 Build Options Southern Primary Florida Tran sportation Systems, Inc. $421,854.00 Build Opti ons https://www.myvendoriink. comiintemal/stafflawardzone 4/83 10/4/23, 9:01 AM Bid Award Award Report1 V endorLink Contract FSA23-VEH21.0, Heavy Trucks and Buses Group: Buses Electric: 20 to 52 Passenger Capacity Range, Conventional -Type Chassis item: 5, Phoenix Motorcars, Z600 Type A School Bus, Z600 Description : Refer to Item Gr oup Specifications PDF document for FSA Base Specificati ons. Mo del Upgrade/Downgrade: Zo ne Western No rthern Central Southern Ran k Primary Primary Primary Primary Vendor Phoenix Mot orcars Leasing LLC Phoenix Motorcars Leasing LLC Phoenix Motorcars Leasing LLC Pho enix Motorcars Leasing LLC Price 5271,450 .00 5271,450.00 5271,450 .00 5271,450 .00 Build File Build Build Build Build Options Fil e Options Options Options Options 5/83 https://www. myvendoriink.co m/interna l/sta ff/awardzone 10/4/23, 9:01 AM Bid Award Award Report j VendorLink Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group: Buses Electric: 44 To 80 Passenger Capacity Range, Commercial -Type Chassis Item: 6, BYD, The Dreamer, Type D Electric School Bus De scription: Refer to Item Group Specifications PDF document for FSA Base Specificati ons. Mo del Upgrade/Downgrade: Zo ne Rank Ve ndor Price B uild File Options File Western Primary Creative Bus Sales, Inc. $437,332.00 Build Options Northern Primary Creative Bus Sales, Inc. $437,332 .00 Build Options Central Primary Creative Bus Sales, Inc . $437,332.00 Build Options Southern Primary Creativ e Bus Sales, Inc. $437,332.00 B uild Options https://www. myva ndorlInk.co m/internal/staff/awardzone 6/83 10/4/23, 9:01 AM Bid Award Award Report I VendorLink Contract: FSA23-VEH21 .0, Heavy Trucks and Buses Grou p: Buses: 14 to 25 Passenger Capacity Range, Van -Type Cutaway Chassis Item: 7, Endera, B -Series, B -Series Description: Refer to Item Group Specificati ons PDF document for FSA Base Specificati ons . Model Upgrade/Do wngrade: Zone Rank Ve ndor Price Build File Optio ns File Western Primary Florida Transportation Systems, Inc. $118,877.00 Build Options Northern Primary Florida Transportation Systems, Inc. $118,877 .00 Build Options Central Primary Florida Transportati on Systems, Inc . $118,877.00 Build Optio ns Southern Primary Florida Transportation Systems, Inc. $118,877 .00 Build Options 7/83 https:/1www.myvendorlink.co mrnternal/staff/awardzone 10/4/23, 9:01 AM Bid Aw ard Award Report 1 VendorLlnk Contract FSA23-VEH21.0, Heavy Trucks and Buses Group: Buses: 14to 25 Passenger Capacity Range, Van -Type Cutaway Chassis Item: 8, Starcraft, Allstar, Allstar Description: Refer to Item Group Specifications PDF document for FSA Base Specifications. Mo del Upgrade/Downgrade: Zo ne Rank V endor Pric e Build File Optio ns File Western Primary Creati ve Bus Sales, Inc. $79,085 .00 Build Options Northern Primary Creative Bus Sales, Inc . $79,085.00 Build Options Central Primary Creative Bus Sales, Inc. $79,085 .00 Build Options Southern Primary Creative Bus Sales, Inc . $79,085 .00 Build Options httpsJ/www. myv endorlink.comAMe mal/sta ff/awardzone 8/83 10/4/23, 9:01 AM Bid Award Award Report1 VendorLink Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group: Buses: 14 to 25 Passenger Capacity Range, Van -Type Cutaway Chassis Item: 93, StarTrans, The S enator 11, Senator SII 22 Description : Refer to Item Group Specifications PDF d ocum ent for FSA Base Specifications . Mode l Upgrade/Do wn grade: Zo ne Rank V endor Pric e Build File Options File Western Primary Matthews Bus Alliance I nc. $102,622.00 Build Options Northern Primary Matthews Bus Alliance Inc . $102,622.00 Build Opti ons Cen tral Primary Matthews Bus Alliance Inc. $102,622.00 Build Options So uthern Primary Matthews Bus Alliance Inc. $102,622.00 Build Options 9/83 https://www.myvendorllnk.com/inte rnal/staff/awardzone Award Report I VendorLink 10/4/23, 9:01 AM Bid Aw ard Contract: FSA23-VEH21.0, Heavy Trucks and Buses Gro up: Buses: 20 to 52 Passenger Capacity Range, Conventional Truck -Type Cutaway Chassis Item: 9, Bluebird, Vision, Vision Descriptio n: Refer to Item Group Specifications PDF document for FSA Base Specifications. Model Upgrade /Downgrade: Zone Rank V end or Price Build Fil e Optio ns File Western Primary Florida Transportation Systems, Inc. $143,750.00 Build Options Northern Primary Florida Transportation Systems, Inc. $143,450 .00 Build Options Central Primary Florida Transportation Systems, Inc . $143,450.00 Build Options Southern Primary Florida Transportation Systems, Inc. $143,750.00 Build Options https://www. myv endorlink. com/internal/staff/awardzone 10/83 10/4/23, 9:01 AM Bid Award Award Report 1 VendorLink Contract: FSA23-VEH21 .0, Heavy Trucks and Buses Grou p: Buses: 20 to 52 Passenger Capacity Range, Conventional Truck -Type Cutaway Chassis Item: 11, Starcraft, Allstar, Allstar Description: Refer to Item Group Specifications PDF document for FSA Base Specificati ons. Mo del Upgrade/Downgrade: Zo ne Rank V endor Price Build File Options Fil e Western Primary Creative Bus Sales, Inc . $140,137.00 Build Options Northern Primary Creative Bus Sales, Inc. $140,137 .00 Build Opti ons Central Primary Creative Bus Sales, Inc . $140,137.00 Build Options Sou thern Primary Creativ e Bus Sales, Inc. $140,137.00 Build Options 11/83 https://www.myve ndorlInk.conVinternal/staff/awardzone 10/4/23, 9:01 AM Bid Award Award Report 1 VendorLink Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group: Buses: 20 to 52 Passenger Capacity Range, Conventional Truck -Type Cutaway Chassis Item: 94, StarTrans, The Senator II HD, Senator HD 28 Description: Refer to Item Gr oup Specifications PDF d ocument for FSA Base Specifications . Mo del Upgrade/Do wngrade: Zone Rank Vendor Price Build File Options Fil e Western Primary Matthews Bus Alliance Inc. $147,140.00 Build Options Northern Primary M atthews Bus Alliance Inc. $147,140.00 Build Options Cen tral Primary Matthews Bus Alliance Inc. $147,140.00 Build Options So uthern Primary M atthews Bus Alliance Inc. $147,140 .00 Build Options https:l/www. myvendorlink. comlintema l/sta ff/awardzone 12/83 10/4/23, 9:01 AM Bid Award Award Report 1 V endorLink Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group: Buses: 33 to 54 Passenger Capacity Range, Commercial -Type, Rear Engine Chassis Item: 12, Bluebird, T3RE, T3RE Description: Refer to Item Group Specifications PDF document f or FSA Base Specifications. Mo del Upgrade/Downgrade: Zo ne Rank Vend or Price Build File Options File Westem Primary Florida Transportation Systems, Inc. $175,832.00 Build Options Northern Primary Florida Transportation Systems , Inc. $175,532.00 Build Options Central Primary Florida Transportation Systems, Inc. $175,532.00 Build Opti ons Southern Primary Florida Transportation Systems, Inc . $175,832.00 Build Options 13/83 https://www.myvendorlink.com/internal/staff/awardzone 10/4/23, 9:01 AM Bid Aw ard Award Report j VendorLink Contract: FSA23-VEH21 A, Heavy Trucks and Buses Group: Buses: 36 to 52 Passenger Capacity Rang e, Commercial -Type, Front Engine Chassis Item: 13, Bluebird, T3FE, T3FE Description : Refer to Item Group Specifications PDF docum ent for FSA Base Specifications. Model Upgrade/Downgrade: Zone Rank Ve nd or Price B uild File Options File Western Primary Florida Transportation Systems, Inc. $157,829 .00 Build Northern Primary Florida Transportation Systems, Inc. $157,629 .00 Build Central Primary Florida Transportation Systems, Inc. $157,629 .00 Build Southern Primary Florida Transportation Systems, Inc. $157,829.00 Build https://www. rnyve ndorllnlc com/Intema l/staff/awardzone 14/83 10/4/23, 9:01 AM Bid Award Award Rep ort! VendorLink Contract: F5A23-VEH21 .0, Heavy Trucks and Buses Group: Cab and Chassis Trucks Electric: 54,000 Ibs . GVWR 4x6 Semi Tractor Item: 14, Kenworth, T680E, T680E Description: Refer to Item Gr oup Specifications PDF document for FSA Base Specificati ons. Mode l Upgrade /Downgrade: Zone Rank Vendor Price B uild File Optio ns File Western Northern Primary Kenworth of Jacksonville $467,936 .00 Build Options Central Primary Flo rida Kenworth, LLC $471,912 .00 Build Options Alternate All Roads Kenworth, LLC . $500,286 .00 Build Options Southern Primary Florida Kenworth, LLC $471,912.00 Build Options Alternate All Roads Kenworth, LLC. $500,286.00 Build Options https://www.myvendorlink.com/IntemaUstaff/a wardzone 15/83 10/4/23, 9:01 AM Bid Award Award Report! VendorLink Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group: Cab and Chassis Trucks Electric: 54,000 lbs. GVWR 4x6 Semi Tractor Item: 15, Peterbilt, 579EV, 579EV Description : Refer to Item Group Specifications PDF document for FSA Base Specifications. Model Upgrade/Do wngrade: Zone Rank Vendor Price Build File Options File Western Primary Rush Truck Centers of Florida, Inc. $516,074.00 Build Opti ons Northern Primary Rush Truck Centers of Fl orida, Inc. $516,074 .00 Build Options Central Primary Rush Truck Centers of Fl orida, Inc. $516,074.00 Build Options So uthern Primary The Peterbilt Store South Florida LLC $484,000.00 Build Options https://www. myvendorllnk.comlinterna wstaff/awardzo ne 16/83 10/4/23, 9:01 AM Bid Award Award R eport! V endorLink Contrac t FSA23-VEH21.0, Heavy Trucks and Buses Group: Cab and Chassis Trucks Electric: 54,000 lbs. GVWR 4x6 Semi Tractor item: 16, Volvo, VNR, VNR Description: Refer to Item Group Specifications PDF document for FSA Base Specifications . Mode l Upgrade/Downgrade: Zone Ran k Vend or Pric e Build File Options Fil e Western Primary Nextran Truck Centers $409,688 .00 B uild Options Northern Primary Nextran Truck Centers $409,688 .00 Build Options Central Primary Nextran Truck C enters $409,688.00 B uild Options Southern Primary Nex tran Truck Centers $409,688.00 Build Options 17/83 https://www.myvendorli nk. com/Intemal/staff/a wardzo ne 10/4/23, 9:01 AM Bid Award Award Report 1 VendorLink Contract: FSA23-VEH21 .0, Heavy Trucks and Buses Group: Cab and Chassis Trucks Electric: Conventi onal Cab 33,000 lbs. GVWR (DRW) 4 x2 Item: 18, International, EMV, MV60E De scription: Refer to Item Gr oup Specifications PDF d ocument for FSA Base Specifications. Model Upgrade/Do wngrade: Zone Ra nk Vendor Price Build File Options File Western Primary Cumberland International Trucks of Florida $272,000.00 Build Opti ons Northern Primary Cumberland International Trucks of Florida $270,000.00 Build Options Central Primary Cumberland Internati onal Trucks of Florida $270,000 .00 Build Options Alternate Sun State International Trucks $270,250.00 Build Options Southern Primary Rechtien International Trucks $270,677 .00 Build Opti ons https://www.myvendo rlink. com/intemal/staff/awardzone 18/83 10/4/23, 9:01 AM Bid Award Award Rep ort I VendorLink Contract: FSA23-VEH21.0, H eavy Trucks and Buses Gro up: Cab and Chassis Trucks Electric: Conventional Cab 33,000 lbs. GVWR (DRW) 4x2 Item: 19, Mack, MD7 Electric, MDe7 De scription: Refer to Item Group Specifications PDF document for FSA Base Specificati ons. Model Upgrade/Downgrade: Zone Rank Vendor Price B uild File Options File Western Primary Nextran Truck Centers $242,926.00 Build Options Northern Primary Nextran Truck Centers $242,926.00 Build Options Central Primary Nextran Truck Centers $242,926 .00 Build Options Southern Primary Nextran Truck Centers $242,926.00 Build Options 19/83 https://vww.myvendorlink.com/intema l/staff/awardzone 1014/23, 9:01 AM Bld Aw ard Award Report 1 VendorLink Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group: Cab and Chassis Trucks Electric: Tilt Cab 26,000 lbs . GVWR (DRW) 4x2 Item: 20, Battle Motors, LNT, LNT De scription : Refer to Item Group Specifications PDF document for FSA Base Specifications . Model Upgrade /Downgrade: Zone Ra nk Ve ndor Price Build File Options Fil e Western Primary All Roads Kenw orth, LLC. $428,600.00 Build Options Alternate Co ntainer Systems & Equipment Co., Inc . $437,500.00 Build Options Alternate TRUCKMAX, INC. $536,127 .00 Build Opti ons Northern Primary All Roads Kenworth, LLC. $426,600.00 Build Options Alternate Container Systems & Equipment C o., Inc . $437,500.00 Build Options Alternate TRUCKMAX, INC. $536,127.00 Build Options Central Primary Container Systems & Equipment Co., Inc. $437,500.00 Build Opti ons Alternate TRUCKMAX, INC. $536,127 .00 Build Opti ons Southern Primary All Ro ads Kenwo rth, LLC. $423,600 .00 Build Options Alternate TRUCKMAX, INC. $536,127 .00 Build Opti ons https://www.myvendorlInk. com/Intemal/staff/awardzo ne 20/83 10/4/23, 9:01 AM Bid Award Award Report 1 VendorLink Contract: FSA23-VEH21 .0, Heavy Trucks and Buses Group: Cab and Chassis Trucks Electric: Tilt Cab 26,000 lbs . GVWR (DRW) 4x2 Item: 21, Peterbilt, 220EV, 220 Description: Refer to Item Group Specifications PDF d ocument for FSA Base Specifications. Model Upgrade/Downgrade: Zone Ran k Vend or Pric e Build File Options File Western Primary Rush Truck Centers of Florida, Inc. $360,338.00 Build Options Northern Primary Rush Truck Centers of Florida, Inc . $360,338.00 Build Options Central Primary Rush Truck Centers of Fl orida, Inc . $360,338.00 Build Options So uthern Primary The Peterbilt Store South Florida LLC $358,082.00 Build Options https://www.myve ndorlink.comlinterna l/staff/awardzone 21/83 10/4/23, 9:01 AM Bid Award Award Report i VendorLink Contract: FSA23-VEH21 .0, Heavy Trucks and Buses Group: Cab and Chassis Trucks: 17,500 lbs . GVWR (DRW) 4x2 Item: 23, Ford, F-550 Crew Cab, W5G Description: Refer to Item Group Specifications PDF document for FSA Base Specifications. Model Upgrade/Downgrade: Zone Ran k Vendor Price Build File Options File Western Primary Bachrodt FT, LLC dba Palmetto Ford of Miami $60,305.00 Build Options Alternate Duval Ford LLC $60,569.00 Build Options Northern Primary Bachrodt FT, LLC dba Palmetto Ford of Miami $60,080.00 Build Options Alternate Duval Ford LLC $60,359.00 Build Options Central Primary Bachrodt FT, LLC dba Palmett o Ford of Miami $59,855 .00 Build Options Alte rnate Duv al Fo rd LLC $60,449 .00 Build Opti ons Southern Primary Bachrodt FT, LLC dba Palmetto Ford of Miami $59,855 .00 Build Options Alternate Duval Ford LLC $60,594.00 Build Opti ons https://www.myve ndo rlink.com/internal/staff/awa rdzone 22/83 10/4/23, 9:01 AM Bid Award Award R eport 1 Vend orLink Contract: FSA23-VEH21 .0, Heavy Trucks a nd Buses Grou p: Cab and Chassis Trucks: 17,500 lbs. GVWR (DRW) 4x2 Item: 24, Ford, F-550 Super Cab, X5G Description: Refer to Item Group Specifications PDF document for FSA Base Specifications. Model Upgrade/Downgrade: Zone Ran k Vendor Price Build File Options File Western Primary Bachrodt FT, LLC dba Palmett o Ford of Miami $59,905.00 Build Opti ons Alternate Duval Ford LLC $60,166.00 Build Options Northern Primary Bachrodt FT, LLC dba Palmett o F ord of Miami $59,680.00 Build Options Alternate Duval Ford LLC $59,956.00 Build Options Central Primary Bachrodt FT, LLC dba Palmetto Ford of Miami $59,455 .00 Build Options Alternate Duval Ford LLC $60,046.00 Build Options Southern Primary Bachrodt FT, LLC dba Palmetto Ford of Miami $59,455 .00 Build Opti ons Alternate Duval Ford LLC $60,191.00 Build Options https://www.myve ndorlink.com/internal/staff/awardzone 23/83 10/4/23, 9:01 AM Bid Award Award Report 1 VendorLink Contract: FSA23-VEH21.0, Heavy Trucks and Buses Grou p: Cab and Chassis Trucks: 17,500 lbs. GVWR (DRW) 4x2 Item: 25, Ford, F-600 Super Cab, F6K Description : Refer to Item Gro up Sp ecifications PDF document for FSA Base Specifications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Bachrodt FT, LLC dba Palmetto Ford of Miami $61,492.00 Build Options Alternate Duval Ford LLC $61,765.00 Build Opti ons Northern Primary Bachrodt FT, LLC dba Palmetto Ford of Miami $61,267.00 Build Opti ons Alternate Duval Ford LLC $61,555.00 Build Options Central Primary Bachrodt FT, LLC dba Palmetto Ford of Miami $61,042 .00 Build Opti ons Alternate Duval Fo rd LLC $61,645.00 Build Options So uthern Primary Bachrodt FT, LLC dba Palmetto Ford of Miami $61 ,042.00 Build Options Alternate Duv al Ford LLC $61,790.00 Build Options https://www. myvendorlink.co m/Intemal/staff/a wardzo ne 24/83 10/4/23, 9:01 AM Bid Award Award Report 1 Vend orLink Contract: FSA23-VEH21.0, Heavy Trucks and Buses Grou p: Cab and Chassis Trucks: 17,500 lbs. GVWR (DRW) 4x2 Item: 26, Ford, F-550 Regular Cab, F5G De scription : Refer to Item Group Specifications PDF document for FSA Base Specifications . Mode l Upgrade/Downgrade: Zone Rank V endor Price Build File Optio ns File Western Primary Duval Ford LLC $58,437.00 Build Options Northern Primary Duval F ord LLC $58,227.00 Build Options Ce ntral Primary Duval Ford LLC $58,317.00 Build Options Southern Primary Duval Ford LLC $58,462.00 Build Options https://www.myvendorllnk.com/lntemal/staff/awardzo ne 25/83 10/4/23, 8:01 AM Bid Award Award Report 1 VendorLink Contract: FSA23-VEH21.0, Heavy Trucks and Buses Grou p: Cab and Chassis Trucks: 17,500 lbs . GVWR (DRW) 4x2 Item: 27, International, CV, 515 Description : Refer to Item Group Specifications PDF doc ument f or FSA Base Specifications . Model Upgrade/Do wngrade: Zone Rank Ve ndor Price Build File Opti ons File Weste rn Primary Cumberland International Trucks of Florida $67,400.00 Build Options Northern Primary Cumberland International Trucks of Florida $66,400.00 Build Options Central Primary Sun State International Trucks $66,275.00 Build Opti ons Alternate Cumberland International Trucks of Florida $66,400 .00 Build Opti ons Southern Primary Rechtien Internatio nal Trucks $66,373 .00 Build Opti ons httpsJ/www.myvendo rlink. com/internal/staff/awa rdzone 26183 10/4/23, 9:01 AM Bid Award Award R eport1 VendorLInk Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group: Cab and Chassis Trucks: 17,500 lbs. GVWR (DRW) 4x2 Item: 28, Kenworth, T180, T180 Description : Refe r to Item Group Specifications PDF document for FSA Bas e Specifications. M odel Upgrade/Do wngrade: Zone Ran k Vend or Pric e Build File Options File Western Northern Primary Kenworth of Jackson ville $95,559.00 Build Options Cen tral Primary All Ro ads Kenworth, LLC . $95,909.00 Build Options Southern Primary All Roads Kenworth, LLC . $95,909.00 Build Options https://www. myve ndorlink.com/Internal/staff/awardzo ne 27/83 10/4/23, 9:01 AM Bid Award Award Report1 VendorLink Contract: FSA23-VEH21.0, Heavy Trucks and Buses Grou p: Cab and Chassis Trucks: 17,500 lbs . GVWR (DRW) 4x2 Item: 29, Peterbilt, 535, 535 De scription : Refer to Item Group Specificati ons PDF document for FSA Base Specificatio ns. Model Upgrade/Downgrade: Zon e Rank Vendor Price Build File Opti ons File Western Primary Rush Truck Centers of Florida, Inc. $104,352.00 Build Options No rthern Primary Rush Truck Centers of Florida, Inc. $104,352.00 Build Options Central Primary Rush Truck Centers of Florida, Inc. $104,352.00 Build Options So uthern Primary The Peterbilt Store South Florida LLC $106,067 .00 Build Opti ons https://www. myvendorlink. cam/intemal/staff/awardzo ne 28/83 10/4123, 9:01 AM Bid Award Award Report I VendorLink Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group: Cab and Chassis Trucks: 17,500 lbs . GVWR (DRW) 4x4 Item: 31, Fo rd, F-550 Super Cab, X5H Description: Refer to Item Group Specificatio ns PDF document for FSA Base Specifications . Mo del Upgrade/Do wngrade: Zone Rank Vend or Pric e Build File Options File Western Primary Bachrodt FT, LLC dba Palmetto Ford of Miami $62,665.00 Build Options Altern ate Duval Ford LLC $62,788.00 Build Options Northe rn Primary Bachrodt FT, LLC dba Palmetto Ford of Miami $62,440.00 Build Options Alternate Duval Ford LLC $62,578.00 Build Options Central Primary Bachrodt FT, LLC dba Palmetto Ford of Miami $62,215 .00 Build Opti ons Alternate Duval Fo rd LLC $62,668 .00 Build Options Southern Primary Bachrodt FT, LLC dba Palmetto Ford of Miami $62,215.00 Build Options Alternate Duv al Ford LLC $62,813 .00 Build Options 29/83 https:/lwww. myvendorllnk.comlintemal/staff/awardzo ne 10/4/23, 9:01 AM Bid Award Award Report 1 VendorLink Contract: FSA23-VEH21.IO, Heavy Trucks and Buses Group: Cab and Chassis Trucks: 17,500 lbs. GVWR (DRW) 4x4 item: 32, Ford, F-550 Crew Cab, W5H Description: Refer to Item Group Specifications PDF document f or FSA Base Specifications. Model Upgra de/Downgrade: Zo ne Rank Vendor Pric e Build File Opti ons File Western Primary Bachrodt FT, LLC dba Palmetto Ford of Miami $63,464.00 Build Options Alternate Duv al Ford LLC $63,752.00 Build Options No rthern Primary Bachrodt FT, LLC dba Palmetto Ford of Miami $63,239.00 Build Options Alternate Duval Ford LLC $63,542.00 Build Options Central Primary Bachro dt FT, LLC dba Palmett o Ford of Miami $63,014.00 Build Options Alternate Duval Fo rd LLC $63,632.00 Build Options Southern Primary Bachrodt FT, LLC dba Palmetto Ford of Miami $63,014.00 Build Options Alternate Duval Ford LLC $63,777.00 Build Options https:I/www. myvendorlink. com/internal/staff/awardzone 30/83 10/4123, 9:01 AM Bid Award Award Report! VendorLlnk Contract: FSA23-VEH21.0, Heavy Trucks and Buses Grou p: Cab and Chassis Trucks: 17,500 lbs. GVWR (DRW) 4x4 Item: 33, Ford, F-550 Regular Cab, F5H De scription : Refer to Item Group Specificati ons PDF d ocument for FSA Base Specificati ons. Mo de l Upgrade /Down grade: Zon e Rank Vendor Pric e Build File Options File Western Primary Bachrodt FT, LLC dba Palmetto Ford of Miami $60,810.00 Build Options Alternate Duval Ford LLC $61,078 .00 Build Options Northern Primary Bachrodt FT, LLC dba Palmetto Ford of Miami $60,585.00 Build Options Alternate Duval Ford LLC $60,868 .00 Build Options Central Primary Bachrodt FT, LLC dba Palmetto F ord of Miami $60,360.00 Build Options Alternate Duval Ford LLC $60,958.00 Build Options So uthern Primary Bachrodt FT, LLC dba Palmetto Ford of Miami $60,360 .00 Build Options Alternate Duval Ford LLC $61,103.00 Build Opti ons 31183 https://www. myvendorlink. com/iinternallstaff/awardzone 10/4/23, 9:01 AM Bid Aw ard Award Report 1 VendorLink Contract: FSA23-VEH21 .0, Heavy Trucks and Buses Group: Cab and Chassis Trucks: 17,500 lbs. GVWR (DRW) 4x4 Item: 34, Ford, F-600 Regular Cab, F6L Description : Re fer to Item Group Specificati ons PDF document for FSA Base Specifications . Model Upgrade/Downgrade: Zone Rank Vendor Price B uild File Options File Western Primary Bachrodt FT, LLC dba Palmetto Ford of Miami $64,113 .00 Build Options Alternate Duval Ford LLC $64,406.00 Build Options Northern Primary Bachrodt FT, LLC dba Palmett o Ford of Miami $63,888.00 Build Options Alternate Duv al Ford LLC $64,196.00 Build Options Central Primary Bachrodt FT, LLC dba Palmetto F ord of Miami $63,663.00 Build Options Alternate Duv al Ford LLC $64,286 .00 Build Options Southern Primary Bachrodt FT, LLC dba Palmetto Ford of Miami $63,663.00 Build Options Alternate Duval Ford LLC $64,431.00 Build Options https://www.myvendorllnk. com/Internal/sta ff/awardzo ne 32/83 10/4/23, 9:01 AM Bid Award Award Report1 VendorLlnk Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group: Cab and Chassis Trucks: 17,500 lbs . GVWR (DRW) 4x4 Item: 35, International, CV, 515 Description: Refer to Item Group Specifications PDF document for FS A Base Specifications. Model Upgrade/Downgrade: Zone Rank Vend or Price Build File Optio ns Fil e Western Primary Cumberland International Trucks of Florida $71,000.00 Build Options Northern Primary Cumberland International Trucks of Florida $69,995.00 Build Opti ons Central Primary Sun State International Trucks $69,875.00 Build Options Alternate Cumberland International Trucks of Florida $69,995.00 Build Options Southern Primary Rechtien International Trucks $70,178 .00 Build Options 33183 https ://www.myve ndorlink.com/intemal/staff/awardzone 10/4/23, 9:01 AM Bid Award Award Report 1 VendorLink Contract: FSA23-VEH21.0, Heavy Trucks and Buses Gro up: Cab and Chassis Trucks: 25,500 Ibs. GVWR (DRW) 4x2 Item: 36, Ford, F-650 Regular Cab, F6D Description : Re fer to Item Group Specificati ons PDF document for FSA Base Specifications. Mo del Upgrade/Do wngrade: Zo ne Rank Vendor Price B uild File Options File Weste rn Primary Bachrodt FT, LLC dba Palmetto Ford of Miami $68,547.00 B uild Options Alternate BOZARD FORD $70,751.00 Build Options Northern Primary Bachrodt FT, LLC dba Palmett o F ord of Miami $67,547.00 Build Options Alternate BOZARD FORD $70,751 .00 B uild Options Ce ntral Primary Bachrodt FT, LLC dba Palmetto Ford of Miami $67,547.00 Build Options Alternate BOZARD FORD $70,751.00 Build Options Southern Primary Bachrodt FT, LLC dba Palmetto Ford of Miami $67,547 .00 Build Options Alternate BOZARD FORD $70,751.00 Build Opti ons https://www. myvendorlink. com/internal/staff/awardzone 34/83 10/4/23, 9:01 AM Bid Award Award Report 1 VendorLink Contract: FSA23-VEH21 .0, Heavy Trucks and Buses Group: Cab and Chassis Trucks: 25,500 lbs. GVWR (DRW) 4x2 Item: 37, Freightliner, M2, 106 Description: Refer to Item Group Specificatio ns PDF document for FSA Base Specifications . Model Upgrade/Do wngrade: Zo ne Ra nk Vend or Price Build Fil e Options File Western Primary SBL Freightliner, LLC $76,300 .00 Build Options Alternate Tampa Truck Center $77,529.00 Build Options Northern Primary SBL Freightliner, LLC $76,900 .00 Build Options Alternate Tampa Truck Center $77,529.00 Build Options Central Primary SBL Freightliner, LLC $76,300 .00 Build Options Alternate Tampa Truck Center $77,529.00 Build Options So uthern Primary SBL Freightliner, LLC $75,900 .00 B uild Options Alternate Tampa Truck Center $77,529 .00 Build Options https://www. myvendorlink. com/internal/staff/awardzone 35/83 10/4123, 9:01 AM Bid Award Award Report j VendorLink Contract: F5A23-VEH21 .0, Heavy Trucks and Buses Grou p: Cab and Chassis Trucks: 25 ,500 lbs. GVWR (DRW) 4x2 Item: 38, Hino, L6, L6 De scriptio n: Refer to Item Group Specifications PDF document for FSA Base Specifications . Mo del Upgrade/Downgrade: Zon e Rank Vendor Pric e Build File Options File Western Primary TRUCKMAX, INC. $76,024 .00 Build Options Northern Primary TRUCKMAX, INC . $76,024 .00 Build Options Alternate Nextran Truck Centers $80,036 .00 Build Options Central Primary TRUCKMAX, INC. $76,024.00 Build Options. Southern Primary TRUCKM AX, INC. $76,024.00 Build Options https://www.myvendorlink.co rn/intemal/staff/a wardzone 38/83 10/4/23, 9:01 AM Bid Award Award Report I V endorLink Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group: Cab and Chassis Trucks: 25,500 lbs. GVWR (DRW) 4x2 Item: 39, International, MV, 607 Description : Refer to Item Group Specifications PDF document for FSA Base Specifications. Model Upgrade/Downgrade: Zone Rank Vend or Price Build File Options File Western Primary Cumberland Internati onal Tr ucks of Florida $80,500.00 Build Options Northern Primary Cumberland International Trucks of Florida $79,500.00 Build Options Central Primary Sun State International Trucks $79,425.00 Build Options Alternate Cumberland International Trucks of Florida $79,500 .00 Build Options So uthern Primary Rechtien International Trucks $79,964 .00 Build Options htfps://www. myvendoriink. com/intemal/staffla wa rdz one 37/83 10/4/23, 9:01 AM Bid Award A ward Report I VendorLink Contract: FSA23-VEH21.0, Heavy Trucks and Buses Grou p: Cab and Chassis Trucks: 25,500 lbs. GVWR (DRW} 4 x2 Item: 40, Kenworth, T280, T280 Description: Refer to Item Group Specificati ons PDF document for FSA Base Specifications. Model Upgrade/Downgrade: Zo ne Rank Vend or Price Build File Options File Western Northern Primary Kenworth of Jacks onville $102,073.00 Build Opti ons Central Primary All Ro ads Kenw orth, LLC. $97,413.00 Build Options Alternate Florida Kenworth, LLC $98,667.00 Build Options Southern Primary All Roads Kenworth, LLC. $97,413.00 Build Options Alternate Florida Kenworth, LLC $98,667.00 Build Option s https://www. myvendorlinIccom/intemal/staff/awardzo ne 38/83 10/4/23, 9:01 AM Bid Award Award Report 1 VendorLink Contract: FSA23-VEH21.0, Heavy Trucks and Buses Gro up: Cab and Chassis Trucks: 25,500 lbs. GVWR (DRW) 4x2 Item: 41, M ack, MD6, MD6 Description: Refer to Item Gr oup Specifications PDF document f or FSA Base Specifications. Model Upgrade/Downgrade: Zone Rank Vendor Pric e Build Fil e Options File Western Primary Nextran Truck Centers $83,676.00 Build Options Northern Primary Nextran Truck Centers $83,676 .00 Build Options Central Primary Nextran Truck Cent ers $83,676.00 Build Options Southern Primary Nextran Truck Centers $83,676.00 Build Opti ons https://www. myvendorlink. corn/intemal/sta ff/awardzone 39/83 10/4/23, 9:01 AM Bid Award Award Report j VendorLink Contract: FSA23-VEH21.0, Heavy Trucks and Buses Gro up: Cab a nd Chassis Trucks: 25,500 Ibs . GVWR (DRW) 4x2 Item: 42, Peterbilt, 536, 536 Description : Re fer to Item Gr oup Specifications PDF document f or FSA Base Specifications. Mo del Upgrade/Downgrade: Zo ne Rank Vendor Price B uild File Options File Western Primary Rush Truck Centers of Florida, Inc. $107,305 .00 Build Opti ons Northern Primary Rush Truck Centers of Fl orida, Inc. $107,305 .00 Build Options Central Primary Rush Truck Centers of Florida, Inc . $107,305 .00 Build Options Southern Primary The Peterbilt Store South Florida LLC $109,703 .00 Build Options https://www. myvendo rlink. 00m/internal/staff/a wardz one 40/83 10/4/23, 9:01 AM Bid Award Award Report I VendorLink Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group: Cab and Chassis Trucks: 30,000 lbs. GVWR (DRW) 4x2 Ite m: 43, Ford, F-750 Regular Cab, F7D Description: Refer to Item Gr oup Specifications PDF document for FSA Base Specifications. Model Upgrade/Downgrade: Zo ne Rank Vendor Price Build Fil e Options File Western Primary Bachrodt FT, LLC dba Palmetto Ford of Miami $70,163.00 Build Options Alte rnate BOZARD FORD $72,136.00 Build Options Northern Primary Bachrodt FT, LLC dba Palmetto Ford of Miami $69,163 .00 Build Options Alternate BOZARD FORD $72,136.00 B uild Options Central Primary Bachrodt FT, LLC dba Palmett o Ford of Miami $69,163.00 Build Options Alternate BOZARD FORD $72,136.00 Build Options Southern Primary Bachrodt FT, LLC dba Palme tto Ford of Miami $69,163 .00 Build Opti ons Alternate BOZARD FORD $72,136 .00 Build Opti ons 41/83 https://www. myvendorlink.co m/Intemal/staff/awa rdzo ne 10/4/23, 9:01 AM Bid Aw ard Award Report 1 VendorLink Contract: FSA23-VEH21 .0, Heavy Trucks and Buses Gro up: Cab and Chassis Tr ucks: 30,000 lbs. GVWR (DRW) 4x2 Item:44, Freightliner, M2, 106 Description: Refer to Item Group Specifications PDF document for FSA Base Specificati ons. Mo del Upgrade/Do wngrade: Zon e Western Northern Central Southern Ran k Vend or Price Build File Options File Primary Tampa Truck Center $77,329.00 Build Options Alternate Orland o Freightliner $77,354 .00 Build Options Alternate SBL Freightliner, LLC $77,500.00 Build Options Primary Orlando Freightliner $77,074.00 B uild Options Alte rnate Tampa Truck Center $77,329.00 Build Options Alternate SBL Freightliner, LLC $77,900.00 Build Options Primary Orlando Freightliner $76,774 .00 Build Options Alternate SBL Freightliner, LLC $77,300.00 Build Opti ons Alte rnate Tampa Truck Center $77,329.00 Build Options . Primary SBL Freightliner, LLC $76,900.00 Build Opti ons Alternate Tampa Truck Center $77,329 .00 Build Options Alternate Orlando Freightliner $77,354.00 Build Options https://www. myvendorlink.com/intemal/staff/awardzone 42/83 10/4/23, 9:01 AM Bid Award Award Report I VendorLink Contract: . FSA23-VEH21.0, Heavy Trucks and B uses Gro up: Cab and Chassis Trucks: 30,000 lbs . GVWR (DRW) 4x2 item: 45, Hino, L7, L7 De scription: Refer to Item Group Specifications PDF d ocument for FSA Base Specifications . Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary TRUCKMAX, INC. $79,255 .00 Build Options Northern Primary TRUCKMAX, INC. $79,255.00 Build Options Alternate Nextran Truck Centers $81,939.00 Build Options Central Primary TRUCKMAX, INC. $79,255.00 Build Options Southern Primary TRUCKMAX, INC. $79,255.00 Build Options 43/83 https://www.myvendorlink. com/iinterna l/staff/awardzone 10/4/23, 9:01 AM Bid Award Award Report I VendorLink Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group: Cab and Chassis Trucks: 30,000 lbs. GVWR (DRW) 4x2 Item: 46, International, MV, 607 Description: Refer to Item Group Specifications PDF document for FSA Base Specifications . Mode l Upgra de /Downgrade: Zo ne Ran k Vendor Price B uild Fil e Options File Western Primary Cumberland International Trucks of Fl orida $81,950 .00 Build Options Northern Primary Cumberland International Trucks of Fl orida $80,950 .00 Build Options Central Primary Sun State International Trucks $80,875.00 Build Options Alternate Cumberland International Trucks of Florida $80,950 .00 Build Opti ons Southern Primary Rechtien International Trucks $81,255 .00 Build Options httpsJ(www. myv endo rlInic.co m/intema l/staff/awa rdzon e 44/83 10/4/23, 9:01 AM Bid Award Award Report 1 VendorLink Contract: FSA23-VEH21 .0, Heavy Trucks and Buses Group: Cab and Chassis Trucks: 30,000 lbs. GVWR (DRW) 4x2 Item: 47, Kenworth, T380, T380 Description: Refer to Item Group Specifications PDF document for FSA Bas e Specifications . Mo del Upgrade /Do wngrade: Zone Rank Vend or Price Build Fil e Options File Western Northern Primary Kenworth of Jacksonville $102,925.00 Build Options Central Primary All Roads Kenworth, LLC . $98,800.00 Build Opti ons Alternate Florida Kenworth, LLC $101,463.00 Build Opti ons Southern Primary All Roads Kenworth, LLC. $98,800.00 Build Options Alternate Florida Kenworth, LLC $101,463.00 Build Options https://www.myv endorlink. co mlinternal/staff/awardzone 45/83 10/4/23, 9:01 AM Bid Award Award Report 1 VendorLink Contract: FSA23-VEH21.0, Heavy Trucks and Buses Gro up: Cab and Chassis Trucks: 30,000 lbs . GVWR (DRW) 4x2 Item: 48, Mack, MD7, MD7 Description : Refer to Item Group Specifications PDF document for FSA Base Specifications . Model Upgrade/Downgrade: Zo ne Ran k Ve ndor Price Build File Opti ons File Western Primary Nextran Truck Centers $88,890 .00 Build Options Northern Primary Nextran Truck Centers $88,890 .00 Build Options Central Primary Nextran Truck Centers $88,890.00 Build Options Southern Primary Nextran Truck Centers $88,890 .00 Build Options https://ww w. myvendorlink. com/Intemal/staff/awardzone 46/83 10/4/23, 9:01 AM Bid Award Award R eport 1 Vend orLink Contrac t FSA23-VEH21 .0, Heavy Trucks and Buses Gro up: Cab and Chassis Trucks: 30,000 lbs. GVWR (DRW) 4x2 Item: 49, Peterbilt, 537, 537 Description: Refer to Item Group Specifications PDF d ocument for FSA Base Specifications. Mo del Upgrade/Do wn grade: Zone Ran k Vend or Price Build File Options File Western Primary Rush Truck Centers of Fl orida, Inc. $111,720.00 Build Options Northern Primary Rush Truck Centers of Florida, Inc. $111,720.00 Build Options Central Primary Rush Truck Centers of Florida, Inc . $111,720.00 Build Options Southern Primary The Peterbilt Store South Florida LLC $115,029.00 Build Options https://www.myvendorlink.com/internal/staff/awardzone 47/83 10/4/23, 9:01 AM Bid Award Award Report j VendorLink Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group: Cab and Chassis Trucks: 30,000 lbs. GVWR (DRW) 4x2 Item: 50, Western Star, 47X, 47X Description: Refer to [tem Gr oup Specifications PDF document for FSA Base Specifications. Mode l Upgrade /Do wn grade: Zone Rank Vendor Pric e Build File Options Fil e Western Primary Tampa Truck Center $107,400.00 Build Opti ons No rthern Primary Tampa Truck Center $107,400.00 Build Options Central Primary Tampa Truck C enter $107,400.00 Build Options Southern Primary Tampa Truck Center $107,400.00 Build Options https://www. myve ndorlink. co mAnternal/staff/awardzone 48/83 10/4/23, 9:01 AM Bid Award Award Report1 VendorLlnk Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group: Cab and Chassis Trucks: 52,000 lbs. GVWR Semi Tractor 4x6 Item: 51, Freightliner, M2, 112 Descriptio n: Refer to Item Group Specificati ons PDF d ocument for FSA Base Specifications. Model Upgrade /Downgrade: Zone We stern Northern Central Southern Rank Vendor Price Build File Optio ns File Primary SBL Freightliner, LLC $107,300 .00 Build Options Alternate Tampa Truck Center $108,611 .00 Build Options Alternate Orlando Freightliner $110,490.00 Build Options Primary SBL Freightliner, LLC $107,900 .00 Build Options Alternate Tampa Truck Center $108,611.00 Build Options Alternate Orlando Freightliner $110,490 .00 Build Options Primary SBL Freightliner, LLC $107,300.00 Build Options Alternate Tampa Truck Center $108,611 .00 Build Optio ns Alternate Orlando Freightliner $109,910 .00 Build Options Primary SBL Freightliner, LLC $105,900.00 Build Options Alternate Tampa Truck Center $108,611.00 Build Optio ns Alternate Orlando Freightliner $110,490.00 Build Options https://www. nyvendodinIccom/internal/staff/awardzone 49/83 10/4/23, 9:01 AM Bid Award Award Report l VendorLink Contract FSA23-VEH21.0, Heavy Trucks and Buses Group: Cab and Chassis Trucks: 52,000 lbs. GVWR Semi Tractor 4x6 Item: 52, International, HV, 613 Description: Refer to Item Group Specifications PDF d ocument for FSA Base Specifications. Model Upgrade/Down grade: Zone Rank Vendor Price Build File Options Fil e Western Primary Cumberland International Trucks of Florida $115,850 .00 Build Options Northern Primary Cumberland International Trucks of Florida $114,850 .00 Build Opti ons Central Primary Sun State International Trucks $114,795.00 Build Opti ons Alternate Cumberland International Trucks of Florida $114,850.00 Build Options Southern Primary Rechtien Intern ational Trucks $115,449 .00 Build Options https://www.myvendorlink. comrnte rnaltstaff/awardzone 50/83 10/4123, 9:01 AM Bid Award Award R eport 1 VendorLink Contrac t FSA23-VEH21.0, Heavy Trucks and Buses Group: Cab and Chassis Trucks: 52,000 lbs. GVWR Semi Tractor 4x6 Item: 53, international, HX, 62F Description: Refer to Item Group Specifications PDF document for FSA Base Specifications. Model Upgra de /Downgrade: Zone Rank Vendor Price Build File Optio ns File Western Primary Cumberland international Trucks of Florida $132,500 .00 Build Options Northern Primary Cumberland International Trucks of Florida $131,500.00 Build Options Central Primary Sun State International Trucks $131,374.00 Build Options Alternate Cumberland International Trucks of Florida $131,500.00 Build Opti ons Southern Primary Rechtien International Trucks $132,500.00 Build Options 51/83 https://www.myvendorlink.co mrntemal/staff/awardzo ne 10/4/23, 9:01 AM Bid Award Award Report 1 VendorLink Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group: Cab and Chassis Trucks; 52,000 lbs . GVWR Semi Tractor 4x6 Item: 54, Kenworth, T880, T880 Description: Refer to Item Group Specifications PDF document f or FSA Base Specifications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Opti ons File Western No rthern Primary Kenworth of Jacksonville $142,390.00 Build Options Central Primary All Roads Kenworth, LLC . $142,158.00 Build Options Alternate Florida Kenworth, LLC $146,784.00 Build Options Southern Primary All Roads Kenwo rth, LLC. $142,158 .00 Build Options Alternate Florida Kenworth, LLC $146,784 .00 Build Options https://www. myvendorlink.corn/internal/staff/awardzone 52/83 10/4/23, 9:01 AM Bid Award Award Report 1 Vendorl.lnk Contract: FSA23-VEH21.0, Heavy Trucks a nd Buses Group: Cab and Chassis Trucks: 52,000 lbs. GVWR Semi Tractor 4x6 Item: 55, M ack, AN or G Series, AN or G Series Description: Refer to Item Group Specifications PDF doc ument for FSA Base Specifications . M odel Upgrade/Downgrade: Zon e Ran k Ve ndor Price Build File Options File Western Primary Nextran Truck Centers $130,462.00 Build Options Northern Primary Nextran Truck Centers $130,462 .00 Build Options Cen tral Primary Nextran Truck Cent ers $130,462 .00 Build Options So uthern Primary Nextran Truck Centers $130,462 .00 Build Options 53/83 https://www. myvendorlink.co m/Intemal/staff/awardz one 10/4/23, 9:01 AM Bid Award Award Report I VendorLink Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group: Cab a nd Chassis Trucks: 52,000 lbs. GVWR Semi Tractor 4 x6 ite m: 56, Peterbilt, 567, 567 Description: Refer to Item Group Specifications PDF d oc ument for FSA Base Specifications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Rush Truck Centers of Florida, Inc. $161,416.00 Build Options Northern Primary Rush Truck Centers of Fl orida, Inc. $161,416.00 Build Options Central Primary Rush Truck Centers of Fl orida, Inc . $161,416 .00 Build Options Sou thern Primary The Peterbilt Store South Florida LLC $163,188.00 Build Opti ons https://www.myvendorlink. com/intemal/staff/awa rdzone 54/83 10/4/23, 9:01 AM Bid Award Aw ard Report 1 VendorLInk Contract FSA23-VEH21.0, Heavy Trucks and Buses Group: Cab and Chassis Trucks: 52,000 lbs . GVWR Semi Tractor 4x6 Ite m: 57, Volv o, V Series, V Series Description: Refer to Item Group Specifications PDF document f or FSA Base Specifications. Mo del Upgrade/Down grade: Zone Rank Vendor Price B uild File Options File Western Primary Nextran Truck Centers $131,706.00 Build Options Northern Primary Nextran Truck Centers $131,706 .00 Build Options Central Primary Nextran Truck Centers $131,706 .00 Build Options Southern Primary Ne xtran Truck Centers $131,706.00 Build Options 55/83 https://www.myve ndorlInk.c orn/internal/staff/awardzone 10/4/23, 9:01 AM Bid Award A ward Report1 VendorLink Contract: F5A23-VEH21 .0, Heavy Trucks and Buses Group: Cab and Chassis Trucks: 52,000 lbs . GVWR Semi Tractor 4x6 Item: 58, Western Star, 47X, 47X De scription: Refer to Item Group Specifications PDF document for FSA Base Specifications. Mo del Upgrade/Down grade: Zo ne Rank Vend or Price B uild Fil e Options Fil e Western Primary Tampa Truck Center $126,224 .00 Build Options Alternate Orland o Freightliner $128,566 .00 Build Options Northern Primary Orlando Freightliner $129.00 Build Options Alternate Tampa Truck Center $126,224.00 Build Options Central Primary Tampa Truck Center $126,224 .00 Build Options Alternate Orlando Freightliner $127,986 .00 Build Opti ons Southern Primary Tampa Truck Center $126,244.00 Build Options Alternate O rlando Freightliner $128,566.00 Build Options httpsalwww. myvendo dink. co m/inte rnal/sta fi/awa rdzo ne 56/83 10/4/23, 9:01 AM Bid Award Award Report] VendorLlnk Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group: Cab and Chassis Trucks: 52,000 lbs . GVWR Truck 4x6 Item: 59, Freightliner, M2, 112 Description : Refer to item Group Specifications PDF document for FSA Base Specifications. Model Upgrade/Do wngrade: Zo ne Western Northern Central Southern Ran k Vendor Pric e Build File Options File Primary Orlando Freightlin er $101,978.00 Build Options Alternate SBL Freightliner, LLC $102,400.00 Build Options Alternate Tampa Truck Center $106,903 .00 Build Options Primary Orlando Freightliner $101,978.00 Build Options Alternate SBL Freightliner, LLC $103,400.00 Build Options Alternate Tampa Tru ck Center $106,903 .00 Build Options Primary Orlando Freightliner $101,978.00 Build Options Alternate SBL Freightliner, LLC $102,400.00 Build Options Alternate Tampa Truck Center $106,903.00 Build Options Primary SBL Freightliner, LLC $101,200.00 Build Optio ns Alternate O rlando Freightliner $101,978 .00 Build Options Alternate Tampa Truck Center $106,903.00 Build Opti ons https:l/www. myvendorlink. comrnternal/staff/awardzone 57/83 10/4/23, 9:01 AM Bid Award Award Report j Vendortink Contract: FSA23-VEH21 .0, Heavy Trucks and Buses Grou p: Cab and Chassis Trucks: 52,000 lbs. GVWR Truck 4x6 Item: 60, International, HX, 62F Description: Refer to item Group Specifications PDF document for FSA Base Specifications . Model Upgrade /Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Cumberland International Trucks of Florida $129,500.00 Build Opti ons Northern Primary Cumberland International Trucks of Florida $128,500 .00 Build Options Central Primary Sun State International Trucks $128,437.00 Build Options Alternate Cumberland International Trucks of Fl orida $128,500.00 Build Opti ons Southern Primary Rechtien International Trucks $128,917.00 Build Options https://www.myvendorlink.corrifintemal/staff/a wardzo ne 58/83 10/4123, 9:01 AM Bid Award Aw ard R eport l Vend orLink Contract: FSA23-VEH21.0, H eavy Trucks and Buses Group: Cab and Chassis Trucks: 52,000 lbs . GVWR Truck 4x6 Item: 61, International, HV, 613 Description: Refer to Item Group Specifications PDF document for FSA Base Specifications . Model Upgra de /Downgrade: Zone Rank Vend or Price B uild File Opti ons File Western Primary Cu mberla nd International Trucks of Florida $115,000.00 Build Options Northern Primary Cumberland International Trucks of Florida $114,000 .00 Build Options Central Primary Sun State International Trucks $113,963.00 Build Options Alternate Cumberland International Trucks of Florida $114,000.00 Build Options So uthern Primary Rechtlen Internatio nal Trucks $115,493.00 Build Options 59/83 https://www.myvendorlInk.com/iinternal/staff/awardzone 10/4/23, 9:01 AM Bid Award Award Report 1 VendorLink Contract: FSA23-VEH21.0, Heavy Trucks and Buses Gro up: Cab and Chassis Trucks: 52,000 lbs. GVWR Truck 4x6 Item: 62, Kenworth, T880, T880 Description: Refer to Item Group Specifications PDF document for FSA Base Specifications. Model Upgrade/Downgrade: Zo ne Rank Vendor Pric e Build File Options File Western Primary Truckworx Kenworth $173,342.00 Build Options Northern Primary Kenworth of Jacks onville $146,040.00 Build Options Central Primary All Roads Kenw orth, LLC . $141,729.00 Build Options Alternate Florida Kenworth, LLC $142,927.00 Build Options Southern Primary All Roads Kenworth, LLC. $141,729.00 Build Options Alternate Florida Kenworth, LLC $142,927.00 Build Options htips://www. rnyvendorlink.com/Intemal/staff/awardzone 60/83 10/4/23, 9:01 AM Bid Award Award Report 1 VendorLink Contract: FSA23-VEH21 .0, Heavy Trucks and Buses Group: Cab and Chassis Trucks: 52,000 Ibs. GVWR Truck 4x6 Item: 63, Mack, AN or G Series, AN or G Series Description: Refer to Item Group Specifications PDF d ocument for FSA Base Specificati ons . Mode l Upgrade/Downgrade: Zo ne Rank Ve ndor Price Build File Opti ons File Western Primary Nextran Truck Centers $137,308.00 Build Options Northern Primary Nextran Truck Centers $137,308 .00 Build Options Central Primary Nextran Truck Centers $137,308.00 Build Options So uthern Primary Nextran Truck Centers $137,308.00 Build Options https://www.myvendoriink.com/internatlstaff/awardzone 61/83 10/4/23, 9:01 AM Bid Award Award Report 1 VendorUnk Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group: Cab and Chassis Trucks: 52,000 lbs. GVWR Truck 4 x6 Item: 64, Peterbilt, 5671, 5671 Description : Refer to Item Gr oup Specifications PDF document for FSA Base Specifications. Mo del Upgrade/Down grade: Zone Rank Ve ndor Price Build File Options File Western Primary Rush Truck Centers of Fl orida, Inc . $161,015 .00 Build Options Northern Primary Rush Truck Centers of Florida, Inc. $161,015 .00 Build Opti ons Central Primary Rush Truck Centers of Florida, Inc . $161,015 .00 Build Options Southern Primary The Peterbilt Store South Florida LLC $165,308 .00 Build Options https://www. myv endorlink.com/internal/staff/awardzo ne 62/83 1014/23, 9:01 AM Bid Award Award Rep ort 1 VendorLink Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group: Cab and Chassis Trucks: 52,000 lbs . GVWR Truck 4x6 Item: 65, Volvo, V Seri es, V Series Description: Refe r to Item Group Specifications PDF document for FSA Base Specifications . Model Upgrade/Downgrade: Zon e Rank V endor Price Build File Options File Weste rn Primary Nextran Truck Centers $132,979.00 Build Options No rthern Primary Nextran Truck Centers $132,979.00 Build Options Central Primary Nextran Truck Centers $132,979 .00 Build Options Southern Primary Nextran Truck Centers $132,979.00 Build Options https:/Iwww.myvendorlink.comlinterna llstaff/awardzo ne 63/83 10/4/23, 9:01 AM Bid Award Award Report( VendorLink Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group: Cab and Chassis Trucks: 52,000 lbs. GVWR Truck 4x6 Item: 66, Western Star, 49X, 49X Descriptio n: Refer to Item Group Specifications PDF document for FSA Base Specifications. Mo del Upgra de/Downgrade: Zo ne Western Northern Central Southern Rank Vend or Price Build File Opti ons File Primary Orlando Freightliner $123,930.00 Build Opti ons Alternate Tampa Truck Center $126,840.00 Build Options Alternate SBL Freightliner, LLC $144,599.00 Build Options Primary Orlando Freightliner $123,930.00 Build Options Alternate Tampa Truck Center $126,840.00 Build Options Alternate SBL Fre ightliner, LLC $144,599.00 Build Options Prima ry Orlando Freightliner $123,350.00 Build Options Alternate Tampa Truck Center $126,840 .00 Build Options Alternate SBL Freightliner, LLC $144,599.00 Build Options Primary Orlando Freightliner $123,930 .00 Build Options Alternate Tampa Truck Center $126,840.00 Build Options Alternate SBL Freightliner, LLC $137,599.00 Build Options https:llwww. myvendorlink. com/intemai/staff/awa rdwne 64/83 10/4/23, 9:01 AM Bid Award Award Report l VendorLlnk Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group: Cab and Chassis: Tilt Cab (DRW) 4x2 Item: 67, Battle Motors, LNT, LNT-21 Description: Refer to Item Group Specifications PDF document for FSA Base Specifications. Model Upgrade/Downgrade: Zone Ran k Vendor Price Build File Options File Western Primary Container Systems & Equipment C o., Inc. $174,741.00 Build Options Alternate All Roads Kenworth, LLC. $177,207.00 Build Options Northern Primary Container Systems & Equipment Co., inc. $174,741.00 Build Options Alternate All Roads Kenworth, LLC . $177,207 .00 Build Options Central Primary Co ntainer Systems & Equipment Co ., Inc . $174,741.00 Build Options Southern Primary All Roads Kenworth, LLC. $177,207.00 Build Options https://www. myvendoriink.com/internal/sta ff/awardzone 65/83 10/4/23, 9:01 AM Bid Award Award Report I VendorLink Contract: F5A23-VEH21.0, Heavy Trucks and Buses Grou p: Cab and Chassis: Tilt Cab (DRW) 4x2 Item: 68, lsuzu, NPR -HD, N3F1 Description : Refer to Item Group Specifications PDF document for FSA Base Specifications. Model Upgrade /Downgrade: Zone Western Northern Central Southern Ran k Vendor Price Build File Options File Primary DeLand Truck Center, Inc. $48,136 .00 Build Options Alternate TRUCK MAX ISUZU $49,678.00 Build Options Alternate Nextran Truck Centers $52,014.00 Build Optio ns Primary DeLand Truck Center, Inc. $48,136 .00 Build Option s Alternate TRUCKM AX ISUZU $49,678.00 Build Options Alternate Nextran Truck Centers $52,014.00 Build Opti ons Primary DeLand Truck Center, Inc. $48,136.00 Build Opti ons Alternate TRUCKMAX ISUZU $49,678.00 Build Options Alternate Nextran Truck Centers $52,014.00 Build Options Primary DeLand Truck Center, Inc. $48,136,00 Build Options Alternate TRUCKMAX ISUZU $49,678 .00 Build Options Alternate Nextran Truck Centers $52,014 .00 Build Options httpsJ/www. myvendorllnk.com/internal/staff/awardzone 66183 10/4/23, 9:01 AM Bid Award Award Report 1 VendorLink Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group: Cab and Chassis: Tilt Cab (DRW) 4x2 Item: 69, Isuzu, FTR Chassis, MT1 /G1 Description: Refer to Item Group Specificati ons PDF document for FSA Base Specifications. Mo del Upgrade/Do wngrade: Zone Western Northern Central Southern Rank V endor Pric e Build File Options File Primary DeLand Truck Center, Inc. $75,915.00 Build Options Alternate TRUCKMAX ISUZU $78,745.00 Build Options Alternate Nextran Truck Centers $81,075 .00 Build Options Primary DeLand Truck Center, Inc. $75,915.00 Build Options Alternate TRUCKMAX ISUZU $78,745 .00 Build Options Alternate Nex tran Truck Centers $81,075 .00 Build Options Primary DeLand Truck Center, Inc. $75,915.00 Build Opti ons Alternate TRUCKMAX ISUZU $78,745.00 Build Options Alte rnate Nextran Truck Cen ters $81,075.00 B uild Options Primary DeLand Truck Center, Inc. $75,915.00 Build Options Alternate TRUCKMAX ISUZU $78,745.00 Build Options Altern ate Nextran Truck Centers $81,075.00 B uild Options Mtps://www.myvendo dlnk. com/internal/staff/awa rdzo ne 67/83 10/4/23, 9:01 AM Bid Award Award Report I VendorLlnk Contract: FSA23-VEH21 .0, Heavy Trucks and Buses Gro up: Cab and Chassis; Tilt Cab (DRW) 4x2 Item: 70, Kenworth, K270, K270 Description: Refer to Item Group Specificati ons PDF document for FSA Base Specifications. Model Upgrade/Downgrade: Zo ne Rank V endor Price Build File Options File Western Northern Primary Kenworth of Jacksonville $99,510.00 Build Options Central Primary Florida Kenworth, LLC $96,870.00 Build Options Alternate All Roads Kenworth, LLC . $99,516.00 Build Options Southe rn Primary Flo rida Kenworth, LLC $96,870.00 Build Options Alternate All Ro ads Kenworth, LLC. $99,516.00 Build Options https://www. myvendoriink. com/internal/stafE/awardzone 68/83 10/4/23, 9:01 AM Bid Award Award Report 1 V endorLink Contract: FSA23-VEH21.0, Hea vy Trucks and Buses Gro up: Cab and Chassis: Tilt Cab (DRW) 4x2 Item: 71, Peterbilt, 2201, 220 De scription: Refer to Item Group Specifications PDF document for FSA Base Specifications. Mo del Upgrade/Do wngrade: Zo ne Ran k Vend or Pric e Build File Opti ons File Western Primary Rush Truck Centers of Florida, Inc. $119,856 .00 Build Optio ns Northern Primary Rush Truck Centers of Fl orida, I nc. $119,856.00 Build Opti ons Central Primary Rush Truck Centers of Fl orida, Inc. $119,856.00 Build Options Southern Primary The Peterbilt Store South Florida LLC $122,502.00 Build Options https://www. myv endorlink.com/internallsiaff/awardzone 69/83 10/4/23, 9:01 AM Bid Award Award Report I VendorLink Contract: FSA23-VEH21.0, Heavy Trucks and Buses Grou p: Mobile C ommand Unit/Critical Resp onse Unit Item: 76, Frontline Communications, CRU-22, CRU-22 Description : Refer to Item Group Specifications PDF document for FSA Base Specifications. Mo del Upgrade/Do wngrade: Zon e Rank Ve nd or Price Build File Opti ons File Western Primary Ten -8 Fire & Safety, LLC $340,095.00 Build Options Northern Primary Ten -8 Fire & Safety, LLC $340,095.00 Build Options Central Primary Ten -8 Fire & Safety, LLC $340,095 .00 Build Options Southern Primary Ten -8 Fire & Safety, LLC $340,095.00 Build Options https://www. myvendorlink. com/internal/staff/awardz one 70/83 10/4/23, 9:01 AM Bid Award Award Report 1 VendorLink Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group: Refuse Truck Electric: 60,000 lbs. GVWR 4x6 (cab and chassis only) Item: 78, Battle Mot ors, LET II, LET II Descriptio n: Refer to Item Group Specifications PDF document for FSA Base Specifications . Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Container Systems & Equipment Co ., Inc . $435,000.00 Build Options Alternate All Roads Kenworth, LLC. $466,590.00 Build Options Alternate TRUCKMAX, INC . $537,981.00 Build Options Northern Primary Container Systems & Equipment Co., Inc. $435,000.00 Build Options Alternate All Roads Kenworth, LLC. $463,590 .00 B uild Options Alternate TRUCKMAX, INC. $537,981.00 Build Options Central Primary Container Systems & Equipment Co., Inc. $435,000.00 B uild Options Alternate TRUCKMAX, INC. $537,981.00 Build Optio ns Southern Primary All Ro ads Kenworth, LLC. $460,590.00 Build Options Alternate TRUCKMAX, INC. $537,981.00 Build Options 71/83 https://www. myvendorlink. com/intemal/staff/awardzone 10/4/23, 9:01 AM Bid Award Award Report I VendorLink Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group: Refuse Truck Electric: 60,000 Ibs . GVWR 4x6 (cab and chassis only) item: 80, Mack, Mack LR Electric, Mack LR Electric Description: Refer to Item Group Specifications PDF document for FSA Base Specifications . Mode l Upgra de/Downgrade: Zone Ran k Vendor Price Build File Options File Western Primary Nextran Truck Centers $486,414.00 Build Options Northern Primary Nextran Truck Centers $486,414 .00 Build Options Cen tral Primary Nextran Truck Centers $486,414 .00 Build Options Southern Primary Nextran Truck Centers $486,414 .00 Build Options httpsJ/www.myvendo rlink.com/internal/staff/awardzone 72/83 10/4/23, 9:01 AM Bid Award Award Report l VendorLink Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group: Refuse Truck Electric: 60,000 lbs. GVWR4x6 (cab and chassis only) Item: 81, Peterbilt, 520EV, 520EV Description: Refer to Item Group Specifications PDF document for FSA Base Specifications. Model Upgrade/Downgrade: Zone Ran k Vendor Price B uild Fil e Options File Western Primary Rush Truck Centers of Fl orida, Inc. $513,746.00 Build Options Northern Primary Rush Truck Centers of Florida, Inc. $513,746.00 Build Options Central Primary Rush Truck Centers of Florida, Inc. $513,746 .00 Build Options Southern Primary The Peterbilt Store South Florida LLC $509,545.00 Build Options httpsJ/www.myvendorlink. com/internal/staff/awardzone 73/83 10/4123, 9:01 AM Bid Award Award Report I VendorLink Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group: Refus e Truck: 60,000 lbs. GVWR 4x6 (cab a nd chassis only) Item: 82, Autocar, ACX64, ACX64 De scriptio n: Refer to Item Group Specifications PDF doc ument f or FSA Base Specifications. Model Upgrade/Downgrade: Zone Western Rank Vend or Price Build File Opti ons File Primary Bachrodt FT, LLC dba Palmetto Ford of Miami $197,815.00 Build Options Alternate Nacarato Trucks General Partnership $206,413 .00 Build Opti ons Alternate Florida Kenworth, LLC $210,974.00 Build Options Northern Primary Bachrodt FT, LLC dba Palmetto Ford of Miami $196,415.00 .Build Options Alternate Nacarato Trucks General Partnership $206,413.00 Build Options Alternate Florida Kenworth, LLC $210,974.00 Build Options Central Primary Bachrodt FT, LLC dba Palmetto Ford of Miami $194,915 .00 Build Options Alternate Nacarato Trucks General Partnership $206,413.00 Build Options Alternate Florida Kenworth, LLC $209,974.00 Build Options Southern Primary Bachrodt FT, LLC dba Palmetto Ford of Miami $194,215.00 Build Opti ons Alternate Nacarato Trucks General Partnership $206,413.00 Build Options Alternate Florida Kenworth, LLC $209,974.00 Build Options https://www. myve ndo rlink.com/intemal/staff/awardzone 74/83 10/4/23, 9:01 AM Bid Award Aw ard R ep ort 1 Vend orLink Contract: FSA23-VEH21.0, Heavy Trucks and Buses Gro up: Refuse Truck: 60,000 lbs. GVWR 4x6 (cab and chassis only) Item: 83, Battle Motors, LET2, LET2-44 Description: Refer to Item Gr oup Specifications PDF d oc ument for FSA Base Specifications . Mo de l Upgrade/Down grade: Zon e Ran k Vend or Price B uild File Options File Western Primary Container Systems & Equipment Co ., Inc . $208,325.00 Build Options A lternate All Roads Kenworth, LLC. $209,939 .00 Build Options Alternate TRUCKMAX, INC. $293,575.00 Build Options Northern Primary Con tain er Systems & Equipment Co., Inc . $208,325.00 Build Options Alternate A ll Roads Kenworth, LLC. $209,939.00 Build Options Alternate TRUCKMAX, INC. $293,575.00 Build Options Central Primary Co ntainer Systems & Equipment Co., Inc. $208,325 .00 Build Options Alternate TRUCKMAX, INC. $293,575.00 Build Options Southern Primary All Roads Kenworth, LLC. $209,939 .00 Build Options Alternate TRUCKMAX, INC. $293,575.00 Build Options https://www. myve ndorlink.com/intemal/staff/a wardzone 75/83 10/4/23, 9:01 AM Bid Award Award Report 1 VendorLink Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group: Refuse Truck: 60,000 lbs. GVWR 4x6 (cab and chassis only) Item: 85, Mack, TE Series, TE Series Description: Refer to Item Group Specifications PDF document for FSA Base Specifications . Mo del Upgrade /Do wngrade: Zon e Rank Vendor Price Build File Opti ons File Western Primary Nextran Truck Centers $175,311.00 Build Opti ons Northern Primary Nextran Truck Cent ers $175,311.00 Build Options Central Primary Nextran Truck Centers $175,311.00 Build Options Southern Primary Nextran Truck Centers $175,311.00 -Build Options hftps://www. myvendorlink. co m/intemal/stafflawardzo ne 76/83 10/4/23, 9:01 AM Bid Award Award Report 1 VendorLlnk Contract: FSA23-VEH21 .0, Heavy Trucks and Buses Group: Refuse Truck: 60,000 Ibs. GVWR 4x6 (cab and chassis only) Ite m: 86, Peterbilt, 520, 520 Description: Refer to Item Gr oup Specifications PDF document f or FSA Base Specifications . Model Upgrade/Do wngrade: Zo ne Rank Vend or Price B uild File Options File Western Primary Rush Truck Centers of Florida, Inc. $206,815.00 Build Options Northern Primary Rush Truck Centers of Fl orida, Inc. $206,815.00 Build Options Central Primary Rush Truck Centers of Florida, Inc . $206,815.00 Build Options Southern Primary The Peterbilt Sto re South Florida LLC $209,896.00 Build Opti ons https• l/www. myvendo rlink.com/inte mallstaff/awa rdzo ne 77/83 1014123, 9:01 AM Bid Award Award Report 1 VendorLink Contract: FSA23-VEH21.0, Heavy Trucks and Buses Gro up: Refus e Truck: C ompact 9 .5 Cubic Yds. Self -Loading Refuse Truck Item: 87, Broyhill, TD3.6, TD3 .6 Description: Refer to Item Group Specifications PDF document for FSA Base Specifications. Model Upgrade/Downgrade: Zone Rank Ve nd or Price Build File Options File Western Primary Broyhill Equipment LLC $244,183 .00 B uild Options No rthern Primary Broyhill Equipment LLC $244,183 .00 Build Options Central Primary Broyhill Equipment LLC $244,183 .00 Build Options Southern Primary Broyhill Equipment LLC $244,183.00 Build Options https://www. myvendorlink.corrdintemaltstaff/awardzone 78/83 10/4/23, 9:01 AM Bid Award Award R eport 1 VendorLink Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group: Tactical Armored Vehicles Item: 88, Terradyne, Gurkha MPV, Gurkha MPV Description: Refer to Item Gr oup Specificati ons PDF d ocument for FSA Base Specifications . Mo del Upgrade/Downgrade: Zone Ran k Vendor Price Build File Opti ons File Western Primary Terradyne Armored Vehicles Inc . $217,721.00 Build Options Northern Primary Terradyne Armored Vehicles Inc. $217,721.00 Build Options Central Primary Terradyne Armored Vehicles Inc . $218,221.00 Build Options Southern Primary Terradyne Armored Vehicles Inc. $218,721 .00 Build Options 79/83 https://wmcmyvendorlInk. co m/intema lts ta ff/awardzon e 10/4/23, 9:01 AM Bid Award Award Report I VendorLink Contract: FSA23-VEH21.0, Heavy Trucks and Buses Grou p: Terminal Tractor Item: 89, Autocar, ACTT42, ACTT42 Description: Re fer to Item Group Specifications PDF document for FSA Base Specifications . Model Upgrade/Downgrade: Zon e Rank Western Primary Alternate Northern Primary Alternate Central Primary Alternate Southern Primary V endor Southern States ToyotaLift SBL Freightliner, LLC Southern States ToyotaLift SBL Freightliner, LLC So uthern States ToyotaLift SBL Freightliner, LLC SBL Freightliner, LLC httpsJ/www. myvendorlink.com/internal/staff/awardzone Price B uild Fil e Options File $142,995 .00 Build Options $151,389.00 Build Options $142,995.00 Build Options $151,389.00 Build Options $142,995.00 Build Options $149,389.00 Build Options $147,389 .00 Build Options 80/83 1014/23, 9:01 AM Award Report 1 VendorLink Bid Award Contract: FSA23-VEH21.0, Hea vy Trucks and Buses Group: Terminal Tractor Item: 90, Kalmar Ottawa, T2, 71056 Description: Refer to Item Group Specifications PDF document for FSA Base Specifications. Mo del Upgrade/Downgrade: Zo ne Rank Western Primary Alternate Northern Primary Altern ate Central Primary Alternate Southern Primary Alternate Vendor Kenworth of Jacksonville Rechtien Internati onal Trucks Kenworth of Jacksonville Re chtie n International Trucks Kenworth of Jacksonville Rechtien International Trucks Kenworth of Jacksonv ille Rechtien Internatio nal Trucks Pric e Build File Opti ons File $139,341.00 Build Options $146,959.00 Build Options $139,240.00 Build Options $146,959.00 Build Options $139,442.00 Build Options $146,959.00 Build Options $139,643 .00 Build Options $146,959 .00 B uild Options 81/83 httpsJ/www. myvendorlink. com/internal/staff/awardzone 10/4/23, 9:01 AM Bid Award Award Report I VendorLink Contract: F5A23-VEH21.0, Heavy Trucks and Buses Gro up: Terminal Tract or Item: 91, Kalmar Ottawa, T2 4x2 Offroad, 71055 Description : Refer to Item Group Specifications PDF d ocument for FSA Base Specifications. Mo del Upgrade /Downgrade: Zone Rank Western Primary Alternate Northern Primary Alternate Cen tral Primary Alternate Southern Primary Alternate Vendor Kenworth of Jacksonville Rechtien International Trucks Kenworth of Jacksonville Rechtien International Trucks Kenwo rth of Jacksonville Rechtien International Trucks Kenworth of Jacksonville Rechtien International Trucks https://www. myve ndorlink.com/interna l/staiHawardzone Price Build File Options File $135,551.00 Build Options $144,950.00 Build Options $135,450.00 Build Options $144,950.00 Build Options $135,652.00 Build Options $144,950 .00 Build Options $135,853.00 Build Options $144,950,00 Build Options 82/83 10/4/23, 9:01 AM Bid Award Award Report I VendorLInk Contract: FSA23-VEH21.0, Heavy Trucks and Buses Grou p: Terminal Tractor Item: 92, Tico, Pro -Spotter, Pro -Spotter Description: Refer to Item Group Specifications PDF document for FSA Base Specifications. Mo del Upgrade/Downgrade: Zone Ran k Ve ndor Price Build File Options File Western Primary Tampa Truck Center $141,106.00 Build Options Alternate Nacarato Trucks General Partnership $149,167.00 Build Options Northern Primary Tampa Truck Center $141,106 .00 B uild Options Alternate Nacarato Trucks General Partnership $149,167.00 Build Options Central Primary Tampa Truck Center $141,106 .00 Build Options Alternate Nacarato Trucks General Partnership $149,167.00 Build Options Southern Primary Tampa Truck Ce nter $141,106.00 -- •-- Build Options Alternate Nacarato Trucks General Partnership $149,167.00 Build Options https://www. mwendo rlink. corniintemal/staff/a wardzone 83/83 Contact aw ard ed v endors to r equest a q uote How to Purchase Iden tify item needed Are there special things ne eded for the item (options)? Fin d item on c on tra ct P urchase issues purch ase ord er to v endor Purchas er s ele cts which vendor they will order from. Vendor provides quote to purchaser Item deliver ed Vendor orders item Vendor wilt provide an estimated delivery timefram e FLORIDA SHEAIFFS ASSOCIATION M Florida Sheriffs Association (FSA) has completed its 21st year of the cooperative purchasing heavy trucks contract. FSA is issuing the Notice of Final Award for contract FSA23-VEH21.0: Heavy Trucks & Buses that will be effective from October 1, 2023, through September 30, 2024. This year's bid included 80 items. The contract will offer class 3-5 cab & chassis trucks and buses. The following pages are the submitted contract signature pages from the awarded vendors. The contract signature page is submitted within the Bidder Qualification Packet for the bid. By submitting a response to this Invitation to Bid and signing this form, the bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article and is in all respects fair and without collusion or fraud. The bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The contract signature page may be handwritten or signed digitally. The forms that contained a digital signature have been noted as such. T COOPERATIVE 1 11 1 , .. CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name All Roads Kenworth, LLC Business Address 2909 S Andrews Ave Name of Authorized Agent Michael Crawford Email address of authorized agent Signature `4,i%d eLe a Date 08/17/2023 (� FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name All Roads Kenworth, LLC 13 CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Bachrodt FT, LLC dba Palmetto Ford of Miami Business Address 7245 NW 36th Street, Miami, FL. 33166 Name of Authorized Agent Charlie Rodgers Email address of authorized agent crodgers@palmettofordtrucks.com Signature Date 08/23/2023 FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Bachrodt FT, LLC dba Palmetto Ford of Miami 13 FLORIDA sannsu:uimu COOPERATIVE CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specificationsof this bid and any addenda issued. The failure or omission to review this document shall In no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any Interest In thi$ bid or in the contract to be taken, and that it is made without any connection with any other person 9r persons making proposal for the same article, and is in all respects fair and without collusion or fraud. - The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with Its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid, The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number F5A23-VEH21.0: Heavy Trucks & Buses Bidder Company Name BOZARD FORD CO. Business Address 540 OUTLET MALL BLVD ST. AUGUSTINE. FL 32084 Name of Authorized Agent JEFFREY EASON Email address of authorized agent JE ' ' , @BOZARD.COM Sign Date 08/29/ FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name BOZARD FORD CO. LI 13 FLORIDA smmriaim,nw COOPERATIVE 011..1 CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure c r omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number F5A23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Broyhill Equipment LLC Business Address One North Market Square PO Box 475 Dakota City NE 68731-0475 Name of Authorized Agent Tammy Steemken Email address of a horized agent tammy.steemken@broyhill.com Signature Date 08/21/202 FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Broyhill Equipment LLC 13 CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that rio other persons other than the authorized agent herein named has any interest in this bid or in the contract to•be taken, and that it is made without any connection with any other person or persons making ptoposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required_ The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. • The Bidder further declares that 'the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. /SA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Container Systems & Equipment Co., Inc. Business Address 506 Bellevue Av., Daytona Beach, FL 32114 Name of Authorized Agent William Young Email address of authorized agent wguinnyoung @gmail.com Signature Date August 25, 2023 FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Container Systems & Equipment Co., Inc. 13 CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Model 1 Commercial Vehicles, Inc. Business Address 8600 Atlantic Boulevard Name of Authorized Agent Nick Corley Email address of authorized agent BidDepartment@Modell.com Signature Date 08/29/2023 FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Model 1 Commercial Vehicles, Inc. 13 COOPERATIVE CONTRACT SIGNATURE FORM By submittinga response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read; and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission toreview this .document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid: The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other Orson or persons making proposal for the same article, and is in all respects fair and without collusion dr fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included inall purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bidas stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declaresthat the company will furnish the items awarded for the price bid. FSA Contract Number FSA23-VEH21.Q: Heavy Trucks & Buses Bidder Company Name Cumberland International Trucks of Florida, t.LC Business Address 21105. Division Ave �ranr Name of Authorized Agent Chuck Calhoun Email address of authorized agent ccalhoun@cltte.com Signature (/� Date q' .7 FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Cumberland International Trucks of Florida, LLC El COOPERATIVE CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shal be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declap s that no other persons other than the authorized agent herein named has any interest in this bid orlin the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provision and with the quality, type and grade of materials required. �e The Bidder further decla s that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declar s that the company understands the financial responsibility associated with this bid as stated and fu her declares that it has the ability to meet the financial responsibility associated with this bid. II The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number FS1A23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Deland Truck Center, inc. Business Address 1208 South Woodland Blvd. nri and Flnrirla 37770 Name of Authorized Agent Howard B. Williams Email address of authorized agent howard@delandtruckcenter.com Signature Date 8/18/2023 4 - FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Deland Truck Center, inc. 13 COOPERATIVE CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number FSA23 VEH21.0: Heavy Trucks & Buses Bidder Company Name DUVAL FORD LLC Business Address 1616 CASSAT AVE; JACKSONVILLE FL32210 Name of Authorized Agent RICHARD TACKETT Email address of authorized agent RICHARD.TACKETT r@iDUVALFORd.COM Signature Date 8/20/23 FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name DUVAL FORD LLC 13 G FLORID !ARMSlss« IIrNI l COOPERATIVE run _razura r•nocaa CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Florida Kenworth, LLC. Business Address 1800 North Orange Blossom Trail Orlando. FL 32804 Name of Authorized Agent Matthew Peterson Email address of authorized agent matt.peterson@csmtruck.com FSA Contract Number F5A23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Florida Kenworth, LLC. 8 a 13 CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidderfurther declares that no other persons other than the authorized agent herein named has. any interest In this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidderfurther declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number FSA23-VEH21.o: Heavy Trucks & Buses Bidder Company Name Florida Transportation Systems, Inc. Business Address 6041 Orient Road Tampa, FLorida 33610 Name of Authorized Agent Robert Frick Email address of authorized agent rfrick@fts4buses.com Signature Date 08/09/2023 FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Florida Transportation Systems, Inc. 13 COOPERATIVE P U!t 'I . i l! CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda. issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a. bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name KENWORTH OF JACKSONVILLE Business Address 1121 SUEMAC ROAD JACKSONVILLE. FL 32254 Name of Authorized Agent ED COSTELLO Email address of authorized agent edcostello@kwjax.com Signature Date 08/28/2023 FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name KENWORTH OF JACKSONVILLE 13 CONTRACT SIGNATURE FORM lay submitting a response to':this Invitation' to laid and signing'this form, the € dder declares that he or she has read, and.the company understands; accepts and' will comptywith the terms,: conditions and st ecrficatians;of this btd:and any addenda iss,We t, The'failure or arnissiori to review this document.: Shall in rid way relieve the authorized agent of obligations with respect Id this bid. The. subm,ss1on of a bid and sigrnature below shall be taken as evidence of acceptance' of the terms and conditions of this bid: The Bidder further declares•that no. Other persons other than the autharired agent herein nattiod..has any interest in this bid or in the contractto betaken, and that It is made without any connection with any atherperson; orpersons making proposal for the same article, and is in ail respects fair and Without collusion: or fraud. T'he Bidderfirrtherdeclares that they.,havetwarefully examilied°the spectficatlons•and .is thoroughly familiar with its proviS.iuns and With the: quality, type and grade .Ofmaterials requtred, The Bidder further declares that they: have provided a'discount on all factory options included; In this bid, and such discount will be included in all purchase orders. The Bidder further declares that the cor>`tpany understandsthe financial responsibility:associated with this bid as stated and further declares that it has the: abilityto meet the financial respons€biiity :associated with this bid.: The 8idder:`further declares that the company Will furnish the ite.tns aWardeti for the price bid. F5A.'Contrai:t (umber FsA23-Vttlzf.D: Heavy Tructcs: Uses Bidder Company Name Matthewsaus:Alliance inc. Business Address 402 West Colonial Dr, Orlando, FL AZBn$ Name of Authorized Agent 'Glenn J Matihews 8 Erna address of.authorized ag+ant,grnatthews@matihewsbusesflorida.ctin te 8-24-2023 F5A Contract IJumber f5A23-VEN21.e: Heavy Truchs.& Buses Bidder Company (Name Matthews Bus Alliance ine. 8 13 FLORtDN / bu41tlOIu1m. . COOPERATIVE' PVACIIA IUQ ^A VO:AN' CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued, The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or In the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders, The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid, The Bidder further declares that the company will furnish the Items awarded for the price bid. FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Nacarato Truck Centers Business Address 360S Military Tr! SA __. n_I..-n-__I. ri Name of Authorized Agent f c -1 D 0)1 C o o Email address of authorized agent Signature v Date g )7 3 El Aady enaca.r &o. cow, FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Nacarato Truck Centers L 93 CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failureor omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall betaken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making'proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options induded in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Nextran Truck Centers Business Address 1986 West Beaver Street. Jacksonville, FL 32209 Name of Authorized Agent Anthony Abatecola Email address of authorized agent Aabatecola@nextranusa.com Signature Date 08/22/2023 FSA Contract Number F5A23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Nextran Truck Centers 13 CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. Thefailure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidderfurther declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further dedares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further dedares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidderfurther dedares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Phoenix Motorcars Leasing LLC DBA Phoenix Electric Sales Business Address 1500 Lakeview Loop A__L_=_ PA "'1NA-! Name of Authorized Agent Jose Paul Email address of authorized agent josep@phoenixmotorcars.com Signature Date 08/30/2023 FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Phoenix Motorcars Leasing LLC DBA Phoenix Electric Sales 13 7ILQk1DA� iswmcrocu . COOPERATIVE CONTRACT SIGNATURE FORM By submitting a response to this invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interist in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Orlando Freightliner Business Address 2455 South Orange Blossom Trail Apopka Fl. 32703 Name of Authorized Agent Bob Scharpnlck Email address of authorized agent bscharpnick@orlandofreightliner.com Signature Date 08/07/2023 FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Orlando Freightliner 13 �ORIDA COOPERATIVE CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and furtherdeclares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name The Peterbilt Store South Florida Business Address 2441 S State Rd. 7 Ft. Lauderdale, FI. 33317 Name of Authorized Agent Andy Hallums Email address of authorized agent ahallums@thepetestore.com Signature Date 08/28/2023 FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name The Peterbilt Store South Florida 13 FLORIDA • aiwumnunM CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing thisform, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid, The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or ih the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name RECHTIEN INTERNATIONAL TRUCKS, INC Business Address 7227 NW 74th Avenue, Miami, FL 33166 Name of Authorized Agent Carlos Currlin Email address of authorized agent ccurrlin@rechtien.com Signature Date 07/31/2023 FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name RECHTIEN INTERNATIONAL TRUCKS, INC 13 COOPERATIVE CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in alt purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Rush Truck Centers of Florida, Inc. Business Address 8111 East Adamo Dr., Tampa, FL 33619 Name of Authorized Agent Wade Bosarge Email address of authorized agent canadinep@rushenterprises.com Signature Date 09/06/2023 FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Rush Truck Centers of Florida, Inc. 13 CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has ' any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is In all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name SBL FREIGHTLINER, LLC Business Address 2840 CENTER PORT CIRCLE POMPNAO BEACH FL 33064 Name of Authorized Agent DONALD MAHER Email address of authorized agent DMAHER@FREIGHTLINERFL.COM Signature Date Q8/07/2023 FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name SBL FREIGHTLINER, LLC LI 13 /11PY11111W111111 FLORIDA \ COOPERATIVE PURCH?,SIHO PADORAM CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it Is made without any connection with any other person or persons making proposal for the same article, and is In all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Southern States ToyotaLift Business Address 115 South 78th Street Tamoa FL 33619 Name of Authorized Agent Shane Poison Email address of authorized agent spolson@sstlift.com Signature Date 08/23/2023 FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Southern States ToyotaLift E 13 COOPERATIVE CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorizedagent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be Included in all purchase orders. The Bidder further declaresthat the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses El Bidder Company Name Sun State International Tucks, LLC Business Address 6020 Adamo Drive Name of Authorized Agent David Metcalf Email address of authorized agent dave.metcalf@sunstateintl.com Signature j.„,/ LA/ Date 08/14/2023 FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Sun State International Tucks, LLC 13 FLORIDA ' COOPERATIVE CONTRACT SIGNATURE FORM By submitting a response to this invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. Thesubmission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid, The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Tampa Truck Center LLC Business Address 7528 U5 HWY 301 N Tampa. FL 33637 Name of Authorized Agent Scott Endris Email address of authorized agent sendris@southporttruck.com Signature Date 08/07/2023 FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Tampa Truck Center LLC 8 13 CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the cohtract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Ten -8 Fire & Safety, LLC Business Address 2950 59th Ave. Dr. E. Bradenton, FL 34203 Name of Authorized Agent Blake Ebben Email address of authorized agent bebben@ten8fire.com Signature Date 08/07/2023 FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Ten -8 Fire & Safety, LLC 13 CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Terradyne Armored Vehicles Inc. Business Address 1-402 Mulock Drive, Newmarket, Ontario 13Y 9B8 Name of Authorized Agent Lucus Witzke Email address of authorized agent lucus.witzke@terradyneinc.com Signature Date 08/30/2023 FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Terradyne Armored Vehicles inc. 13 CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken; and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number FSA22-VEL30.0 Bidder Company Name TRUCKMAX ISUZU Business Address 29020 South Dixie Hwy, Homestead, FL, 33033 Name of Authorized Agent GUILLERMO CHEZ Email address of authorized agent MYTRUCKS101@GMAIL.COM Signature Date 08/04/2023 141 Page FSA Contract Number FSA22-VEL30.0 Bidder Company Name TRUCKMAX ISUZU COOPERATIVE CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number FSA22-VEL30.0 Bidder Company Name TRUCKMAX, INC Business Address 6000 NW 77TH COURT, MIAMI, FLORIDA, 33166 Name of Authorized Agent GUILLERMO CHEZ Email address of authorized agent MYfRUCKS101@GMAILCOM Signature Date 08/04/2023 141 Page FSA Contract Number FSA22-VEL30.0 Bidder Company Name TRUCKMAX, INC CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any. other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Truckworx Business Address 461 Sand Mine Rd DeFuniak Springs, FL 32435 Name of Authorized Agent Rebecca Herrington Email address of authorized agent rebeccac@truckworx.com Signature Date 08/08/2023 FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Truckworx 13 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Table of Contents 1.0 GENERAL CONDITIONS 5 1.01 BID CORRESPONDENCE 5 1.02 PURPOSE 5 1.03 TERM OF CONTRACT 5 1.04 JURISDICTION 5 1.05 SHERIFF AS COUNTY CONSTITUTIONAL OFFICER 5 1.06 FUNDING 6 1.07 CURRENCY 6 1.08 GENERAL DEFINITIONS 6 1.09 ELIGIBLE PURCHASERS OF CONTRACT 8 1.10 LEGAL REQUIREMENTS 8 1.11 PATENTS & ROYALTIES 9 1.12 FEDERAL AND STATE STANDARDS 9 1.13 UNDERWRITERS' LABORATORIES 9 1.14 AMERICANS WITH DISABILITIES ACT 9 1.15 REASONABLE ACCOMMODATION 9 1.16 DISADVANTAGED BUSINESSES 9 1.17 ANTI -DISCRIMINATION 10 1.18 BEST COMMERCIAL PRACTICES 10 1.19 PUBLIC ENTITY CRIMES (PEC) 10 1.20 TAX EXEMPTION 10 1.21 ORDER OF PRECEDENCE IN THE EVENT OF CONFLICT 11 1.22 COMMUNICATIONS 11 1.23 CLARIFICATION AND ADDENDA 11 1.24 SIGNED BID CONSIDERED AN OFFER 12 1.25 ASSIGNMENT OF CONTRACT 12 1.26 TERMINATION OF PRODUCT LINE 12 1.27 DEMONSTRATION OF COMPETENCY 12 1.28 VENDOR ABILITY TO PERFORM 13 Page 1 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.29 FINANCIAL RESPONSIBILITY 13 1.30 QUALITY AND SAFETY 13 1.31 NONCONFORMANCE ... 14 1.32 GRATUITIES 14 1.33 TIE BIDS 14 1.34 RIGHT TO AUDIT 14 1.35 LICENSES AND PERMITS 15 1.36 PERFORMANCE BONDS 15 1.37 ELIMINATION FROM CONSIDERATION 15 1.38 INDEPENDENT PREPARATION 15 1.39 DEFAULT 16 1.40 PROTESTS AND ARBITRATION 16 1.41 NONPERFORMANCE 17 1.42 SEVERABILITY 18 1.43 TERMINATION FOR CAUSE 18 1.44 TERMINATION WITHOUT CAUSE 18 1.45 CONTRACT ADVERTISEMENT AND USE OF FSA LOGO 19 2.0 BIDDER INSTRUCTIONS 20 2.01 QUALIFICATION 20 2.02 LICENSING AND FACILITIES 20 2.03 INSURANCE AND INDEMNIFICATION 21 2.04 SPECIFICATIONS 23 2.05 SEALED BIDS 23 2.06 MISTAKES 23 2.07 EXCEPTIONS 23 2.08 EQUIVALENTS 23 2.09 MANDATORY PRE -BID MEETING 24 2.10 PRICES QUOTED - HEAVY TRUCKS AND BUSES AND EQUIPMENT INVITATIONS TO BID 24 2.11 PRICES QUOTED - PURSUIT, ADMINISTRATIVE AND OTHER VEHICLES INVITATION TO BID 24 Page 2 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 2.12 PURSUIT, ADMINISTRATIVE, AND OTHER VEHICLES CONTRACT COST -PLUS -PERCENT PRICING 25 2.13 OPTION PRICING - EQUIPMENT INVITATION TO BID 26 2.14 OPTION PRICING - HEAVY TRUCKS AND BUSES AND PURSUIT, ADMINISTRATIVE AND OTHER VEHICLES INVITATIONS TO BID 27 2.15 EMERGENCY LIGHTS AND SIRENS 28 2.16 BID SUBMISSION 29 2.17 ZONE BIDDING 30 2.18 EXECUTION OF BID 30 2.19 MODIFICATION OR WITHDRAWALS OF BIDS 30 2.20 LATE BIDS 30 2.21 BID OPENING 30 2.22 DETERMINATION OF RESPONSIVENESS 31 2.23 RESPONSIBLE BIDDER CRITERIA 31 2.24 BASIS FOR AWARD 31 2.25 BID TABULATIONS 32 2.26 MINOR IRREGULARITIES/RIGHT TO REJECT 32 2.27 CONE OF SILENCE 32 3.0 CONTRACT CONDITIONS 33 3.01 GENERAL REQUIREMENTS 33 3.02 STATEMENT OF AUTHORITY 33 3.03 VENDOR CONTACT INFORMATION 33 3.04 ADDITIONS OR DELETIONS 33 3.05 CONTRACT EXTENSION 33 3.06 PRICE ADJUSTMENT 34 3.07 CONDITIONS 34 3.08 PRODUCTION CUTOFF 35 3.09 FACILITIES 35 3.10 PURSUIT RATED VEHICLES & MOTORCYCLES 35 3.11 SPECIAL SERVICE VEHICLES 35 3.12 CAB AND CHASSIS PURCHASES 35 r r Page 3 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 3.13 FACTORY -INSTALLED OPTIONS 35 3.14 VENDOR -INSTALLED OPTIONS 36 3.15 NON-SCHEDULED OPTIONS 36 3.16 FORCE MAJEURE 36 3.17 PURCHASE ORDERS 36 3.18 REGISTRATION, TAG, AND TITLE 37 3.19 DELIVERY 37 3.20 INSPECTION AND ACCEPTANCE 38 3.21 INVOICING AND PAYMENTS 38 3.22 WARRANTY 39 3.23 QUARTERLY REPORTS 39 3.24 ADMINISTRATIVE FEE 39 3.25 LIQUIDATED DAMAGES 40 Appendix A: Zone Map 42 Appendix B. Bid Calendar 43 Appendix C: ACH Payments 45 Appendix D: Federal Clauses 46 Page 4 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.0 GENERAL CONDITIONS 1.01 BID CORRESPONDENCE All correspondence regarding this bid should be directed to the Florida Sheriffs Association, "FSA". Please be sure to reference the bid number and title and provide your contact information. Communication for this Invitation to Bid should be identified by contract number and title and directed to: Florida Sheriffs Association Attn: Cooperative Purchasing Program Coordinator 2617 Mahan Drive Tallahassee, FL 32308 E-mail: CPP0flsheriffs.org 1.02 PURPOSE The Florida Sheriffs Association invites interested Bidders, including manufacturers and dealers or authorized representatives to submit responses in accordance with these solicitation documents. The FSA Cooperative Purchasing Program will conduct the solicitation process and administer the resulting contract. The purpose of this bid is to establish contracts with manufacturers and manufacturer's authorized dealers for contract terms specified under Section 1.03 for the purchase of items on a "no trade-in basis." 1.03 TERM OF CONTRACT The term for Contracts FSA23-VEL31.0 Pursuit, Administrative and Other Vehicles and FSA23-VEH21.0 Heavy Trucks and Buses shall remain In effect for one year from date of contract execution by the FSA, and may be extended by mutual agreement, at the sole option and discretion of the FSA. The initial term of these contracts begins October 1, 2023, and ends September 30, 2024. The term for Contract FSA23-EQU21.0 Equipment shall remain in effect for two years from date of contract execution by the FSA, and may be extended by mutual agreement, at the sole option and discretion of the FSA. The initial term of this contract begins October 1, 2023, and ends September 30, 2025. Contract extensions will only be executed when the FSA determines, based on then -existing conditions, that it is in the best interest of the FSA and the purchasers to do so. 1.04 JURISDICTION This Agreement shall be governed by and construed in accordance with the laws of the State of Florida. Venue shall lie in the appropriate court in and for Leon County, Florida. 1.05 SHERIFF AS COUNTY CONSTITUTIONAL OFFICER The Offices of the Sheriff in the State of Florida are constitutional offices of the State of Florida. Each has the authority either individually or collectively to execute contracts for all goads and services for the proper conduct of that office. Section 30.53, Florida Statutes, exempts the sheriffs' offices from the provisions of the Florida Statute that would otherwise require sealed and competitive bidding procedures. Page 5 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions The Office of the Sheriff is not required by law to accept the lowest priced proposal and may reject any or all of the proposals without recourse. Bidders are solely responsible for their own bid preparation costs and nothing in this solicitation in any way obligates the participating sheriffs' offices for any payment for any activity or costs incurred by any Bidder in responding to this solicitation. 1.06 FUNDING In the case of certain purchasers, including state agencies, funds expended for the purposes of the contract must be appropriated by the Florida Legislature, the individual participating agency or the agency's appropriating authority for each fiscal year included within the contract period. For such agencies, their performances and obligations to pay for products or services under any resulting contract, or purchase order, are contingent upon such an annual appropriation by the Legislature, individual agency or by the appropriating authority. Therefore, any contract or purchase order with such an agency shall automatically terminate without penalty or termination costs in the event of non -appropriation. 1.07 CURRENCY All transaction amounts, bids, quotes, provisions, payments or any part of this contract relating to currency are to be made in United States Dollars. 1.08 GENERAL DEFINITIONS The terms used in this contract are defined as the following: A. Base Specification: Written descriptions of the minimum requirements for each item or item group developed by the FSA CPP for Bidders to bid on. These item requirements may be unique to FSA CPP and require additional components to the manufacturer's standard item. B. Bid System: The online forum used for the submission of bids and review of bid results for the specifications connected to this Invitation to Bid. VendorLink is the software used for this bid. C. Bidder: A bidder or enterprise that submits a formal bid to the Florida Sheriffs Association Cooperative Purchasing Program in accordance with the Florida Sheriffs Association Cooperative Purchasing Program Terms and Conditions. A bidder, that is not the manufacturer, must be authorized by the manufacturer to market and sell an item for which they are bidding. D. Build sheet: A document from the Bidder that confirms that the item submitted by Bidders meets or exceeds the FSA CPP Base Specification. Build sheets Include, but are not limited to, the factory options list and door data plate information for vehicles that include details such as engine size and transmission, paint codes, production date, axle code, etc. E. Dealer: An enterprise authorized by the manufacturer to market, sell, provide, and service the items for the Florida Sheriffs Association Cooperative Purchasing Program. Dealers may be Vendor -owned and controlled, in whole or in part, or independently owned and controlled. F. End User: A term used to distinguish the person who ultimately uses or is intended to use a product or for whom a product is designed for use. Page 6 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions G. Factory: Refers to the manufacturer produced products. H. Fleet Advisory Committee (committee): An employee of a sheriff's office or other local governmental agency, or person who FSA CPP identifies as a subject matter expert who assists with the development of bid specifications and evaluation of bid responses. The committee makes recommendations to the FSA CPP and is not responsible for final awards. I. Florida Sheriffs Association Cooperative Purchasing Program (FSA CPP): The entity that administers the Invitation to Bid and contract administration functions for the resulting contract(s). J. Invitation to Bid: A competitive solicitation and award process established through the issuance of an invitation to Bidders, vendors, dealers and manufacturers to submit a price offer on a specific product to be provided. This term shall include the Bid Specifications available to Bidders on the Bid System and references to solicitation documents. The term shall not include requests for proposals, requests for quotes, requests for letters of interest, or the solicitation of purchase orders based on oral or written quotations. K. Manufacturer: The original producer or provider of items offered on this contract. L. Manufacturer's Suggested Retail Price (MSRP): Manufacturer's Suggested Retail Price (MSRP) represents the Manufacturer's recommended retail selling price, list price, published list price, or other usual and customary price that would be paid by the purchaser. The following are acceptable sources of current MSRPs and MSRP Lists for use in submission of the bid solicitation and the resulting contract: a. Manufacturer's Computer Printouts b. Chrome Systems, Inc.'s PC Carbook Plus and PC Carbook Fleet Edition c. Manufacturer's Annual U.S. Price Book d. Manufacturer's official website M. Non -Scheduled Option: Any optional new or unused component, feature or configuration that is not included or listed in the Base Specifications or options provided by the Vendor. N. Production Cutoff: A date used by manufacturers to notify vendors and dealers that the manufacturer has reached maximum capacity for orders or are discontinuing the production of an item. Vehicle manufacturers use this term when referring to any given model year for production. 0. Published List Price: A standard "quantity of one" price currently available to government and educational purchasers, excluding cooperative or volume discounts. P. Purchase Order: A request for order from a purchaser to an awarded Vendor for an item that has been awarded on this contract. Purchase Orders placed using this contract formalize the terms and conditions of this contract under which a Vendor furnishes items to a purchaser. Q. Purchaser: A purchaser Is an entity that seeks to obtain items awarded on this contract by meeting the eligible user criteria. R. Qualification Packet: This document contains the required forms, attestations, authorizations, and organizational information needed by Bidders to submit a successful and complete bid. Page 7 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions S. Terms & Conditions: This document, which serves as the governing Invitation to Bid and contract for the identified FSA CPP Invitation to Bid and resulting contract(s). Standard regulations, processes, procedures, and compliance requirements are Identified herein. Bidders complete a qualification packet during the bid process indicating they agree to comply with the Terms & Conditions, and that this will serve as a contract for both parties, should the Bidder(s) receive award. T. Third Party Supplier: Businesses external to a Bidder or Vendor that provide products and services which contribute to the overall finished item in this contract. Third Party Suppliers are contractors under the direction and responsibility of the Bidder or Vendor. U. Vendor: The Bidder(s) that receive award, who agree to provide the contract items that meet the requirements and Base Specifications of the contract. The Vendor must agree to the Terms & Conditions, which will serve as the governing contract. If the Vendor is not the manufacturer, the Vendor must be authorized by the manufacturer to market, sell, provide, and service all awarded items. V. Vendor Installed: A product or service provided by the Vendor or other third party; not the factory. 1.09 ELIGIBLE PURCHASERS OF CONTRACT Awarded bid contract prices, will be extended and guaranteed to the Florida Sheriffs Association, any unit of local government, political subdivision or agency of the State of Florida. This includes, but is not limited to counties, municipalities, sheriffs' offices, clerks, property appraisers, tax collectors, supervisors of elections, school boards or districts, water management districts, other special districts, police and fire departments, emergency response units, state universities and colleges, or other state, local or regional government entities within the State of Florida. Eligible purchaser also includes all Eligible Users as defined in F.A.C. 60A-1.001(2). All purchasers are bound by applicable Federal and State law, local ordinances, rules and regulations for purchases made under this contract. Participating agencies cannot guarantee any order other than those ordered by the individual agency. In addition, awarded bids can be extended and guaranteed to other entities, which can include out-of-state sales, in accordance with Vendors' individual manufacturers' agreements. Vendors that wish to extend contract pricing to entities other than those defined here are governed by their manufacturers' agreements and must agree to the Terms & Conditions. 1.10 LEGAL REQUIREMENTS Federal, State, and local laws, ordinances, rules and regulations, including any applicable motor vehicle dealer laws, that in any manner affect the items covered herein apply. Lack of knowledge by the Bidder of applicable legal requirements will in no way be a cause for relief from responsibility. Bidders have the option to certify that they are willing to accept purchase orders funded in whole or in part with federal funds. By opting in, Bidders certify that they are willing to comply with the requirements outlined in Appendix D upon receipt of a federally funded purchase order. This is not a requirement of the Invitation to Bid or contract. Bidders are not required to opt -in; however, they are required to indicate whether they will opt -In or opt - out of receiving federally funded purchase orders. FSA CPP has taken actions to provide and develop information, materials, and resources for Bidders, Vendors and purchasers that will assist in the use of federal funding with this Page 8 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions contract. It is the responsibility of the purchaser to determine compliance for each Vendor, if they wish to use federal funds for purchase or intend to request reimbursements using federal funds. 1.11 PATENTS & ROYALTIES The Bidder/Vendor, without exception, shall indemnify and hold harmless the Florida Sheriffs Association (FSA) and its employees from liability of any nature or kind, including costs and expenses for, or on account of, any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by the FSA or a purchaser. If the Bidder/Vendor uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception, that the bid prices shall Include all royalties or costs in any way arising, directly or indirectly, from the use of such design, device, or materials in any way involved in the work. 1.12 FEDERAL AND STATE STANDARDS It is the intent of FSA CPP that all specifications herein are in full and complete compliance with all Federal and State of Florida laws, requirements, and regulations applicable to the type and class of commodities and contractual services being provided. In addition, any applicable Federal or State legal or regulatory requirements that become effective during the term of the Terms & Conditions, regarding the items and services specifications, safety, and environmental requirements shall immediately become a part of the Terms & Conditions. The Vendor shall meet or exceed any such requirements of the laws and regulations. If an apparent conflict exists, the Vendor shall contact the FSA CPP immediately. 1.13 UNDERWRITERS' LABORATORIES Unless otherwise stipulated in the bid, all manufactured items and fabricated assemblies shall be Underwriters' Laboratories, or U.L, listed or re-examination listing where such has been established by U.L. for the itern(s) offered and furnished. 1.14 AMERICANS WITH DISABILITIES ACT To request this material in accessible format, sign language interpreters, information on access for persons with disabilities, or any accommodation to review any document or participate in any FSA sponsored proceeding, please contact FSA Human Resources at (850) 877-2165 five business days in advance to initiate your request. TTY users may also call the Florida Relay Service at 711. 1.15 REASONABLE ACCOMMODATION In accordance with the Title 11 of the Americans with Disabilities Act, any person requiring an accommodation because of a disability at the bid opening must contact the FSA Human Resources at (850) 877-2165. 1.16 DISADVANTAGED BUSINESSES As part of the solicitation process FSA CPP makes information publicly available to potentially qualified entities, and conducts additional outreach to qualified: Page 9 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions • Small businesses, • Minority -owned small businesses, • Women -owned small business enterprises, and • Disadvantaged business enterprises. FSA CPP takes necessary affirmative steps to ensure that minority businesses, women's business enterprises, and labor surplus area firms are used, when possible, as recommended by 2 C.F.R. § 200.321. FSA CPP will: • Evaluate whether small, minority, and women's businesses are potential sources, • Place those qualified small and minority businesses and women's business enterprises on solicitation lists, and • Search the Small Business Administration, Minority Business Development Agency, and Labor Surplus Area reports for additional potential sources. Bidders self -certify in the qualification packet whether they meet the state and federal definitions of a small business, minority -owned small business, women -owned small business enterprise, and disadvantaged business. 1.17 ANTI -DISCRIMINATION The Bidder certifies that they are in compliance as applicable by federal or state law with the non-discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race, color, religion, sex or national origin. 1.18 BEST COMMERCIAL PRACTICES The apparent silence or omission of any description from the specifications shall be regarded as meaning that only the best commercial practices, size, and design are to be used. All workmanship is to be first quality. All interpretations of this specification shall be upon the basis of this statement. 1.19 PUBLIC ENTITY CRIMES (PEC) In accordance with the Public Entity Crimes Act, Section 287.133, Florida Statutes, a person or affiliate who has been placed on the convicted vendor list maintained by the State of Florida Department of Management Services following a conviction for public entity crimes may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a vendor, supplier, sub -vendor, or consultant under a contract with a public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 1.20 TAX EXEMPTION Purchasers making a purchase pursuant to the awarded bid are generally exempt from Federal Excise and State Sales Tax. It is the responsibility of the Vendor to verify that the purchaser is exempt by obtaining the purchaser's Federal Excise and State Taxes and Use Certificate Number. The Florida Sheriffs Association is a 501(c)3 organization and is exempt from all Federal Excise and State Taxes. The FSA State Sales Tax and Use Certificate Number is 85-8012646919C-3. Page 10 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.21 ORDER OF PRECEDENCE IN THE EVENT OF CONFLICT In the event of conflict, the conflict may be resolved in the following order of priority (highest to lowest): • Addenda to Contract Terms & Conditions, if issued • Contract Conditions • General Conditions • Addenda to Bid Specifications, if issued • Bid Specifications • Bidder Instructions 1.22 COMMUNICATIONS Communications between a Bidder, lobbyist or consultant and FSA are limited to matters of process or procedure and shall be made in writing to the FSA CPP Staff. Bidders should not rely on representations, statements, or explanations other than those made in this Invitation to Bid or in any written addendum to this Invitation to Bid, and no oral representations, statements, or explanations shall be deemed to bind the FSA or eligible users. 1.23 CLARIFICATION AND ADDENDA Any questions or clarifications concerning the Invitation to Bid shall be submitted to FSA CPP by e-mail to CPP@flsherifs.org with the bid title and number referenced on all correspondence. Final questions must be received by the date for Request for Clarification stated on the Bid Calendar. Questions and answers will be posted to the FSA CPP website on the date indicated on the Bid Calendar. Questions received during the cone of silence date listed on the bid calendar will not be addressed, except as provided herein. Interpretation of the specifications or any solicitation documents will not be made to the Bidder verbally, and if any verbal clarifications are provided, they are without legal effect. FSA CPP will make every attempt to e-mail updates to registered Bidders. However, posting to the FSA CPP website or the Bid System constitutes proper notice of addenda. The FSA CPP shall issue a Formal Addendum if substantial changes that impact the submission of bids are required. Any such addenda shall be binding on the Bidder and shall become a part of the solicitation document. In the event of conflict with the original specifications, addenda shall govern to the extent specified. Subsequent Formal Addenda shall govern over prior Formal Addenda only to the extent specified. The FSA will not be responsible for any explanation or interpretation made verbally or in writing except those made through the posting of a Formal Addendum. The bid submission constitutes acknowledgment of addenda to the Bid Specifications. Bids that fail to account for the specification addenda shall be determined to be nonresponsive; however, the FSA CPP may waive this requirement when in its best interest. After the start of the contract term, FSA CPP will notify all Vendors of any addenda and will require acknowledgement of the new terms and conditions. If the Vendor does not agree to the new terms and conditions, the Vendor's award can be removed or replaced by another Vendor or qualified responsive bidder. Page 11 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.24 SIGNED BID CONSIDERED AN OFFER The signed bid shall be considered an offer on the part of the Bidder, which offer shall be deemed accepted upon approval by the FSA CPP. The bid submission must be signed by an authorized representative. Submission of a bid in the FSA CPP Bid System constitutes a signed bid for purposes of bid evaluation. An electronic signature may be used and shall have the same force and effect as a written signature. 1.25 ASSIGNMENT OF CONTRACT No right or interest in this contract may be assigned, transferred, conveyed, sublet or otherwise disposed of, without prior written consent of the FSA CPP. If the original Vendor sells or transfers all assets or the entire portion of the assets used to perform this contract, a successor -in -interest must perform all obligations under this contract. FSA CPP reserves the right to reject the acquiring entity as Vendor. A change of name agreement will not change the contractual obligations of the Vendor. In the event a manufacturer reassigns the product line to an alternate company, the Vendor is required to notify the FSA CPP in writing of the change within 10 business days of the reassignment. If the Vendor is not already an approved FSA CPP Vendor, the alternate company is required to submit a Qualifications Packet to the FSA CPP to become an approved Vendor prior to conducting any qualified sales. FSA CPP may approve such assignments of existing or new vendors at its discretion. The Vendor is required to honor the contract pricing and all of the applicable Terms & Conditions throughout the remaining term of the contract. 1.26 TERMINATION OF PRODUCT LINE If a Vendor terminates a product line (manufacturer or brand), the Vendor is required to notify the FSA CPP within 10 business days of the decision not to retain the product line. FSA CPP may remove the terminated products from the contract. 1.27 DEMONSTRATION OF COMPETENCY Bidders must be able to demonstrate a good record of performance for a reasonable period of time, and have sufficient financial support, equipment and organization to ensure they can satisfactorily execute the services if awarded a contract under the terms and conditions herein stated. The terms "equipment" and "organization" as used herein shall be construed to mean a fully equipped and well - established company in line with the best business practices in the industry and as determined by the FSA CPP. The FSA CPP may consider any evidence available and may require submission of supporting documentation regarding the financial, technical and other qualifications and abilities of a Bidder, including past performance with the FSA CPP in making the award. FSA CPP may inspect the Bidder's facility prior to the award of contract. Bids will only be considered from firms which are regularly engaged in the business of providing the goods or services described in this Invitation to Bid. Information submitted in the bid may not be plagiarized and, except in the case of materials quoted from this solicitation or developed by the manufacturer, must be the original work of the individual or company that submits the bid for evaluation. Page 12 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.28 VENDOR ABILITY TO PERFORM The FSA CPP may require Bidders to show proof that they have been designated as authorized representatives of a manufacturer or supplier, which is the actual source of supply. In these Instances, the FSA CPP may also require information from the source of supply regarding the quality, packaging and characteristics of the products. Any conflicts between this material information provided by the source of supply and the information contained in the bid submission may render the bid nonresponsive. During the contract period, FSA CPP may review the Vendor's record of performance and may require submission of supporting documentation to ensure that the Vendor is providing sufficient financial support, equipment and organization. If the FSA CPP determines that the Vendor no longer possesses the financial support, equipment and organization in order to comply with this section, FSA has the authority to immediately terminate the contract. By responding to this Invitation to Bid, the Vendor warrants that, to the best of his or her knowledge, there is no pending or threatened action, proceeding, or investigation, or any other legal or financial condition, that would in any way prohibit, restrain, or diminish the Vendor's ability to satisfy the obligations of a resulting contract. The Vendor warrants that neither it nor any affiliate is currently on the convicted vendor list maintained pursuant to section 287.133 of the Florida Statues, or on any similar list maintained by any other state or the federal government. The Vendor shall immediately notify the FSA CPP and purchaser in writing if its ability to perform is compromised in any manner during the term of the contract. 1.29 FINANCIAL RESPONSIBILITY Bidder affirms by the submission of the bid and by signature on the contract signature form that the Bidder: • Has fully read and understands the scope, nature, and quality of work to be performed or the services to be rendered under this bid and has adequate facilities and personnel to fulfill such requirements. • Accepts the financial responsibility associated with this bid and declares that they have the access to capital (in the form of liquidity or credit lines) in order to meet the financial demands of such award. • Has assessed the financial responsibility required to serve the contract as bid, including such details as the obligations to perform all items bid, zones bid, and quantities that could be ordered, as well as timing of payment from purchasers, which can be 45 calendar days from receipt of invoice. 1.30 QUALITY AND SAFETY All materials used for the manufacture or construction of any supplies, materials or equipment covered by this bid shall be new. The items bid must be new, the latest model, of the best quality, and highest -grade workmanship that meet or exceed federal safety standards. Items requiring certification should require certification of options in cases where non -certified options could result in the decertification of the original product or warranty. In all cases where options are not certified, the Vendor must disclose to the end user that the non -certified options are not required to be certified. All options must meet or exceed federal safety standards. Page 13 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.31 NONCONFORMANCE Items may be tested for conformance with specifications. Items delivered that do not conform to specifications may be rejected and returned at the Vendor's expense. Any violation of these stipulations may also result in: • Vendor's name being removed from the awarded vendor list. • FSA and purchasers being advised not to do business with Vendor. 1.32 GRATUITIES Bidders shall not offer any gratuities, favors, or anything of monetary value to any official, employee, or agent of the FSA, for the purpose of influencing consideration of this bid. Bidders shall disclose in writing any conflicts of interest to FSA prior to any award, or as soon as practicable after learning of any such conflict, including any contractual or employment relationships with FSA or potential purchasers of Bidders' products or services. 1.33 TIE BIDS FSA CPP has the right to award multiple Bidders the primary or alternate award in the event of a tie. In the event the FSA CPP desires to break tie bids, and businesses have qualifying drug -free work programs, the award will be made using the following criteria: • Bidder within the State of Florida • Vendors' performance record with purchasers • Coin Toss 1.34 RIGHT TO AUDIT Vendor shall establish and maintain a reasonable accounting system that enables FSA CPP to readily identify Vendor's sales. FSA CPP and its authorized representatives shall have the right to audit and to make copies of all related records pertaining to this contract, including all government sales and eligible user information, whether kept by or under the control of the Vendor, including, but not limited to those kept by its employees, agents, assigns, successors, sub -vendors, or third -party suppliers in whatever form they may be kept — written or electronic. Such records shall include, but not be limited to: • Accounting records, Including but not limited to purchase orders, confirmation of orders or invoices, paid vouchers, cancelled checks, deposit slips, ledgers, and bank statements; • Written policies and procedures; • Subcontract files (including proposals of successful and unsuccessful Bidders, bid recaps, etc.); • Original estimates, quotes, or work sheets; • Contract amendments and change order files; • Insurance documents; or • Memoranda or correspondence. Vendor shall maintain such records during the term of this contract and for a period of three (3) years after the completion of this contract. At the Vendor's expense and upon written notice from FSA CPP, the Vendor shall provide such records for inspection and audit by FSA CPP or its authorized representatives. Such records shall be made available to FSA CPP during normal business hours within three business days of receipt of the written notice. FSA CPP may select the Vendor's place of business or offsite location for the audit. The FSA CPP may also request the Vendor provide requested records via e-mail. Page 14 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Vendor shall ensure FSA has these rights with Vendor's employees, agents, assigns, successors, and third -party suppliers, and the obligations of these rights shall be explicitly included in any subcontracts or agreements formed between the Vendor and any sub -vendors to the extent that those subcontracts or agreements relate to fulfillment of the Vendor's obligations to FSA. Professional fees, personnel costs and travel costs incurred by FSA under its authority to audit and not addressed elsewhere will be the responsibility of the FSA. However, if the audit identifies underreporting, overpricing or overcharges (of any nature) by the Vendor to FSA or a purchaser in excess of three percent (3%) of the total contract billings, the Vendor shall reimburse FSA for the total costs of the audit not to exceed $5,000. If the audit discovers substantive findings related to fraud, misrepresentation, or non-performance, FSA may recoup all the costs of the audit work from the Vendor. Any adjustments or payments that must be made as a result of any such audit or inspection of the Vendor's invoices or records shall be made within a reasonable amount of time (not to exceed 60 calendar days) from presentation of FSA's findings to Vendor. FSA has the right to assess damages or seek reimbursements or refunds based on audit results. 1.35 LICENSES AND PERMITS The Bidder shall obtain and pay for all licenses, permits and inspection fees for this bid submission and any resulting contract. Where Vendors are required to enter or go onto FSA or purchaser property to deliver materials or perform work or services as a result of a bid award, the Vendor will assume the full duty, obligation and expense of obtaining all necessary licenses, permits and insurance. The Bidder must, by the time of award, be registered to do business in the State of Florida on SunBiz.gov. 1.36 PERFORMANCE BONDS Purchasers may request a performance bond from a Vendor. Performance bonds are recommended with pre- payment and will be at the expense of the requesting agency. Purchasers should determine the best practice in comparing performance bond expense against any prior discounts that may be available. 1.37 ELIMINATION FROM CONSIDERATION This Invitation to Bid shall not be awarded to any person or Bidder who has outstanding debts to the FSA, whether in relation to current or previous bid awards or for other business purposes. 1.38 INDEPENDENT PREPARATION A Bidder shall not, directly or indirectly, collude, consult, communicate or agree with any other Bidder as to any matter related to the bid each is submitting. Additionally, a Bidder shall not induce any other Bidder to modify, withdraw, submit, or not submit a bid. Bidders or Vendors who are found to have engaged in these acts will be considered nonresponsive and will be suspended or barred from bid participation. Any contract award resulting from these acts may be terminated for Page 15 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions default. Further, any such acts detected by the FSA may be reported to relevant law enforcement and/or prosecutorial agencies. Bidders may submit multiple bids without violating this provision if the bid submitted is not from the same manufacturer and product line. Dealers that share the same ownership may submit multiple bids without violating this provision if the Bidders are not in the same region featuring the same manufacturer and product line. 1.39 DEFAULT In case of default on the part of Vendor, the FSA CPP may take necessary steps to otherwise procure the products sought, including but not limited to procuring the products or services from the next highest ranked Bidder or from other sources. A defaulting Vendor may be held liable for costs incurred by the FSA in procuring replacement products. 1.40 PROTESTS AND ARBITRATION Any person who is adversely affected by the decision or intended decision to award shall file a "Notice of Protest" in writing to the FSA CPP within three (3) business days after the posting of the Intent to Award and shall file a formal written protest within five (5) business days after filing the Notice of Protest. Failure to file both a notice of protest and a formal written protest within the above referenced timelines shall constitute a waiver of proceedings. The burden is on the party protesting the award of the bid to establish grounds for invalidating the award(s). The formal written protest must state with particularity the facts and law upon which the protest is based. Options are for informational purposes only and will not serve as a basis for protest. Failure to do so will result in a denial of protest. Formal written protest which states with particularity the facts and law upon which the protest is based will be reviewed by FSA legal counsel for legal soundness and validity, and corrective action will be taken as needed contingent upon the validity of such claims. However, any additional time required and cost incurred by the FSA to substantiate a protesting party's claim(s) beyond the normal scope of its legal review due to the vague or inconclusive nature of the protesting party's filing will be reimbursable to the FSA and deducted from the protesting party's bond or security which must accompany their filing. Any Bidder who files an action protesting a decision or intended decision pertaining to this contract shall post a bond, cashier's check or money order payable to the Florida Sheriffs Association in the amount equal to ten percent of the item being protested. The bond, cashier's check or money order must be filed at the time of filing the formal written protest or within the five (5) business day period allowed for filing the formal written protest. FSA CPP will provide the amount required within two (2) business days of the notice of protest received. This bond or security will be conditioned upon the payment of all costs which may be adjudged against the protesting party in a court of law and/or to reimburse the FSA for additional legal expenses incurred and required to substantiate the protesting party's claim(s). Failure to post the bond or security requirement within the time allowed for filing will result in a denial of protest. The filing of the protest shall not stay the implementation of the bid award by the Florida Sheriffs Association. Should the unsuccessful Bidder(s) decide to appeal the decision of the FSA, they shall file a notice to FSA CPP within three (3) business days of the FSA bid protest decision regarding their intent to request arbitration. A demand for arbitration with the American Arbitration Association's (AAA) commercial panel under its rules and regulations must be made within ten (10) business days of the FSA bid protest decision. Any person who files for an arbitration with the AAA shall post with the Florida Sheriffs Association at the time of filing the formal written arbitration request, a bond, cashier's check or money order payable to the Florida Sheriffs Association in the Page 16 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions amount equal to ten percent of the product line being protested. This amount will be the same amount as the FSA CPP provided at the time of filing the initial protest. Failure to provide written notice to FSA CPP, file a demand for arbitration with the AAA, or failure to post the required bond and security requirement within the specified timelines shall constitute a waiver of arbitration proceedings. By responding to this procurement, the Bidder expressly agrees to the use of mandatory binding arbitration to resolve any appeals of the decision of the FSA, and any claims arising from or in any way relating to the procurement process, and expressly waives any and all rights that it may otherwise have to pursue such claims in any other forum, judicial or otherwise. If the party filing for arbitration does not prevail, it shall pay all costs, legal expenses and attorney fees of the prevailing party incurred in connection with the arbitration. However, if the filing party prevails, the parties shall share equally the fees and expenses of the arbitration and AAA and each shall bear the cost of their own attorney fees. The filing for arbitration shall not stay the implementation of the bid award by the Florida Sheriffs Association. 1.41 NONPERFORMANCE By virtue of the bid submission, Bidder acknowledges its obligation to sell items in all zones for which it is awarded. Upon award, failure of the Vendor to comply with these requirements may result in the imposition of liquidated damages of up to $1,000 per item, which amount the Vendor agrees is reasonable, or probation, suspension, termination or a combination thereof from current and future bids at the FSA CPP's discretion. The Vendor shall at all times during the contract term remain responsive and responsible. In determining Vendor's responsibility, the FSA CPP shall consider all information or evidence that demonstrates the Vendor's ability or willingness to fully satisfy the requirements of the Terms & Conditions. Vendors that are not in compliance with any of the provisions of this contract can be assessed liquidated damages, suspended or terminated from the contract. The FSA CPP at its sole discretion may remove a noncompliant Vendor from future competitive bid solicitations; or take other actions including suspension from the contract until compliance issues are resolved, limit current or future vendor participation by items or zones, or other actions as determined by FSA CPP at its sole discretion. At FSA CPP's discretion, Vendors may be required to develop corrective action plans to address contract compliance. Failure to abide by corrective action plans will result termination from the existing contract and future competitive bid solicitations at the discretion of the FSA CPP. In situations where there is evidence that the Vendor has engaged in egregious breaches of the contract with respect to either the FSA CPP and/or the purchaser, the contract can be terminated and the Vendor will be removed from future solicitations for a period of up to three (3) years, or a permanent ban from the bid process at the sole discretion of FSA CPP. Specific conditions for termination Include, but are not limited to; failure to perform, refusal to accept orders during the contract period while manufacturer orders are still being accepted for current model year or the new year if the vehicle is price protected by the factory, charging amounts exceeding MSRP on factory or Vendor installed items and packages, requiring the purchase of additional options over and above the base vehicle as a condition of acceptance of order, providing aftermarket options where factory options are available without the consent of the purchaser, any misrepresentation of optional equipment or service as being factory that fails to meet the definition as described In this document, and any other practice deemed to be inconsistent with the Intent of the contract. Page 17 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Any Vendor presented with a valid Purchase Order consistent with Vendor bid quotes or other agreed upon terms and pricing is required by this contract to accept such purchase order and deliver the product. Purchase Orders must be fulfilled whether or not the Purchase Order includes options. The Vendor must deliver this product in accordance with the Terms & Conditions — regardless of whether doing so will provide the Vendor with a profit or loss. Failure to deliver the item may result in the purchaser seeking damages for the difference of cost to issue a new Purchase Order with another Vendor plus any legal fees and damages that may be incurred in the process to facilitate a completed order. Additionally, FSA CPP may seek damages for nonpayment of administrative fees, to which FSA CPP is entitled, according to Section 3.28, and any attorney's fees incurred in the recovery of these damages. 1.42 SEVERABILITY In the event any provision of this contract is held to be unenforceable for any reason, the unenforceability thereof shall not affect the remainder cif the contract, which shall remain in full force and effect and enforceable in accordance with its terms. 1.43 TERMINATION FOR CAUSE If through any cause within the reasonable control of the Vendor, it shall fail to fulfill in a timely manner, or otherwise violate any of the terms of this contract, the FSA CPP shall have the right to terminate the services remaining to be performed. Written notice of the deficiencies shall be given to the Vendor and unless the deficiencies are corrected within 10 business days, the contract may be terminated for cause immediately. The right to exercise the option to terminate for cause shall be in the sole discretion of the FSA CPP, and the failure to exercise such right shall not be deemed to constitute a waiver of this right. In the event of a termination for cause, the purchaser shall compensate the successful Bidder in accordance with the contract for all services performed by the successful Bidder prior to termination, net of any costs incurred by the purchaser and FSA as a consequence of the default. Notwithstanding the above, the Vendor shall not be relieved of liability to the FSA for damages sustained by the FSA by virtue of any breach of the contract by the Vendor, and the FSA CPP may reasonably withhold payments to the Vendor for the purposes of offset until such time as the exact amount of damages due the FSA from the Vendor is determined. 1.44 TERMINATION WITHOUT CAUSE The FSA CPP can terminate the contract in whole or part without cause by giving written notice to the Vendor of such termination, which shall become effective 30 calendar days following receipt by Vendor of such notice. In the event of a termination without cause, all finished or unfinished documents and other materials shall be properly delivered to the FSA CPP. The Vendor shall not fumish any product after it receives the notice of termination, except as necessary to complete the continued portion of the contract, if any. The Vendor shall not be entitled to recover any lost profits that the Vendor expected to earn on the balance of the contract or cancellation charges. Page 18 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Any payments to the Vendor shall be only to the total extent of the purchaser liability for goods or services delivered prior to the date of notice to terminate the contract. 1.45 CONTRACT ADVERTISEMENT AND USE OF FSA LOGO The FSA logo is an official logo of the Florida Sheriffs Association designed to promote the program. The logo may be used by Vendors in accordance with this policy. Use of the logo Is limited to the original version received from the FSA. Modifications are not permitted. Methods of use include, but are not limited to: • Electronic mediums such as websites, digital marketing campaigns, social media and e-mail; or • Print media such as forms, marketing campaigns, business cards, posters, banners, brochures, flyers and postcards. Vendors may request use of the logo by contacting cop@flsheriffs.org, and should include a brief description of how the Vendor intends to use the logo. The official FSA sheriff's star and wreath logo may not be used without prior written permission. Page 19 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 2.0 BIDDER INSTRUCTIONS 2.01 QUALIFICATION Bidders are required to complete the qualification packet as part of the bid submission. A Bidder becomes a qualified bidder if they comply with this section and Section 2.11, Mandatory Pre -Bid Meeting. Qualification Packet information reauired for bid qualification include: • Qualification form o Contact Information o Business Profile o References o Disqualifications & Defaults o Warranty Service Plan Attestation o Emergency Technician Attestation • Compliance Attestations o E -Verify o Drug -Free Workplace o Workers Compensation o Compliance with Applicable Federal, State, and Local Laws and Ordinances • Federal Compliance • If willing to comply with the requirements applicable to federally funded purchase orders, Federal Compliance Certifications o Certification Regarding Debarment and Suspension o Certification Regarding Lobbying • Contract Signature Form • Insurance Checklist o Certificates of Insurance due five days prior to award The qualification packet is located on the Bid System. 2.02 LICENSING AND FACILITIES Bidders are required to obtain all required licenses, including any applicable motor vehicle dealer licenses, and registrations, and comply with all applicable Federal, State, and local laws and ordinances, including any applicable motor vehicle dealer laws, in order to bid on any motor vehicle. Bidders must maintain a repair facility within the State of Florida to provide warranty service for the items bid. If Bidders do not have a facility, the Bidder must be able to assist purchasers in obtaining warranty work as authorized by the manufacturer. If a Bidder does not maintain a facility within the State of Florida, the Bidder must have a plan as to how the Bidder would service Florida purchasers if awarded the contract. This warranty service plan must demonstrate that the warranty work will be timely and satisfactorily performed and should include: • Whether the warranty service provider is approved by the manufacturer; • If the Bidder plans to contract out for service, a copy of the service agreement; and • Zone specific service plans to include: o Response time to Initial call from purchaser, Page 20 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions o Number of personnel available to service the contract, o Qualifications of personnel providing warranty work, and o Any additional information that would detail how warranty service would be provided. The sufficiency of the Warranty Service Plan may be evaluated by the FSA CPP. The FSA CPP reserves the right to request additional information from a Bidder regarding the facility during the solicitation and the term of the contract, if awarded. The FSA CPP may also exercise discretion in examining such facility as deemed necessary. 2.03 INSURANCE AND INDEMNIFICATION Bidder/Vendor shall be fully liable for the actions of its agents, employees, partners, or third party suppliers and shall fully indemnify, defend, and hold harmless the Florida Sheriffs Association, the participating agencies, and their officers, agents, and employees from suits, actions, damages, and costs of every name and description, including legal counsels' fees, arising from or relating to personal injury and damage to real or personal tangible property alleged to be caused in whole or in part by Bidder/Vendor, its agents, employees, partners, or third party suppliers; provided, however, that the Bidder/Vendor shall not indemnify for that portion of any loss or damages resulting directly from the negligent acts or omissions of the Florida Sheriffs Association and participating agencies or proximately caused by intentional wrongful acts or omissions of the Florida Sheriffs Association and participating agencies. The Florida Sheriffs Association and/or participating agencies shall give the Bidder/Vendor (2) the opportunity to take over and settle or defend any such action at Bidder's/Vendor's sole expense. When reasonable, the Florida Sheriffs Association will give the Bidder/Vendor written notice of an action or threatened action. Bidder/Vendor shall not be liable for any unreasonable cost, expense or compromise incurred by the Florida Sheriffs Association, or participating agencies, In any legal action without Bidder's prior written consent, which consent shall not be unreasonably withheld, conditioned, or delayed. The Insurance Checklist summarizes the Bidder's/Vendor's insurance coverage obligations, if awarded. Certificates of Insurance, evidencing such coverages and endorsements as required herein, shall be provided no later than five (5) business days prior to the contract award date. The Vendor may not begin performance under the contract until such Certificates have been approved by the FSA CPP. The certificate must state Bid Number and Title. FSA must be named as an additional insured for the duration of the contract. The Vendor shall maintain comprehensive general liability insurance and general aggregate insurance in the amount and coverage levels specified on the Insurance Checklist. The Vendor shall specifically and distinctly assume, and does so assume, all risks of damage or injury to property or persons used or employed an or in connection with the work and of all damage or injury to any person or property wherever located, resulting from any action or operation under the contract or in connection with the work. It is understood and agreed that at all times the Vendor is acting as an independent contractor. The Vendor shall be responsible for the work and every part thereof, and for all materials, tools, appliances and property of every description, used in connection with this particular contract. The Vendor at all times during the full duration of work under this contract, including extra work In connection with this contract, shall meet the requirements of this section. The Vendor shall maintain automobile liability insurance including property damage covering all owned, non - owned, hired and scheduled automobiles, when used in connection with the delivery or service of this contract. Page 21 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions The Vendor shall maintain insurance to cover garage operations in the amount specified on the Insurance Checklist when the garage is used to complete work on this contract. All insurance policies shall be issued by companies authorized to do business under the laws of the State of Florida and these companies must have a rating of B+ or better per the AM Best Rating. FSA CPP required insurance coverages must be maintained through the duration of the contract. Upon expiration of the required insurance, the Vendor must email updated certificates of insurance for as long a period as any work is still in progress. No change or cancellation in insurance shall be made without 30 calendar days written notice to the FSA CPP. It is understood and agreed that all policies of insurance provided by the Vendor are primary coverage to any insurance or self-insurance the FSA possesses that may apply to a loss resulting from the work performed in this contract. Ali policies issued to cover the insurance requirements herein shall provide full coverage from the first dollar of exposure. The liability insurance coverage shall extend to and include the following contractual indemnity and hold harmless agreement: The Vendor hereby agrees to indemnify and hold harmless the FSA, a 501(c)3, its officers, agents, and employees from all claims for bodily injuries to the public and for all damages to the property per the insurance requirement under the specifications including costs of investigation, all expenses of litigation, including reasonable legal counsel fees and the cost of appeals arising out of any such claims or suits because of any and all acts of omission or commission of any by the Vendor, his agents, servants, or employees, or through the mere existence of the project under contract. The foregoing indemnity agreement shall apply to any and all claims and suits other than claims and suits arising out of the sole and exclusive negligence of the FSA, its officers, agents, and employees, as determined by a court of competent jurisdiction. The Vendor will notify the insurance agent without delay of the existence of the Hold Harmless Agreement contained within this contract and furnish a copy of the Hold Harmless Agreement to the insurance agent and carrier. The Vendor will obtain and maintain contractual liability insurance in adequate limits for the sole purpose of protecting the FSA under the Hold Harmless Agreement from any and all claims arising out of this contractual operation. The Vendor will secure and maintain policies of third -party suppliers. All policies shall be made available to the FSA upon demand. Compliance by the Vendor and all third -party suppliers with the foregoing requirements as to carrying insurance and furnishing copies of the insurance policies shall not relieve the Vendor and all third -party suppliers of their liabilities and obligations under any section or provisions of this contract. Vendor shall be as fully responsible to the FSA for the acts and omissions of the third -party suppliers and of persons employed by them as they are for acts and omissions of persons directly employed by the Vendor. The FSA can request, and the Vendor shall furnish proof of insurance within seven (7) calendar days of receipt of the written request from FSA. Should the Vendor fail to provide acceptable evidence of current insurance during the contract term, the FSA CPP shall have the right to consider the contract breached and justifying the Page 22 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions termination thereof. If Bidder does not meet the insurance requirements; the FSA may consider alternate insurance coverage. 2.04 SPECIFICATIONS All Items covered by this Invitation to Bid and any resulting contract, and the specifications shall be the manufacturer's current basic production model, and shall, as a minimum, be equipped with all standard factory equipment in accordance with the manufacturer's latest literature unless otherwise noted in the Bid System or FSA CPP Item group specification. The Base Item Specifications are contained in the FSA CPP Bid System, may be requested from FSA CPP, and are. retained within FSA CPP's archive. As part of the bid submission, Bidders will be required to provide confirmation that the item bid meets the FSA CPP Base Specification. FSA CPP may reject bids that fail to provide confirmation that the item(s) bid meet the FSA CPP Bid Specifications. FSA CPP develops the specifications with subject matter experts and publicly available Information. However, FSA CPP does not have access to full details from the manufacturer and relies on Bidders to assist in this process. Bidders should immediately notify the FSA CPP of any inaccuracies in the specifications. All notifications of inaccuracies must be in writing. If awarded a contract, Vendor(s) must offer and supply an item that either meets or exceeds all the requirements included in the applicable Bid Specifications, unless a purchaser specifically issues a Purchase Order for a base item and Option that differs from the Base Specifications. Failure of a Bidder to comply with these provisions will result in Bidders being held responsible for all costs required to bring the item into compliance with the contract specifications. 2.05 SEALED BIDS For purposes of this solicitation, a sealed bid is considered a bid submitted using the FSA CPP Bid System. 2.06 MISTAKES Bidders are expected to examine the Base Item specifications, delivery schedules, bid prices and all information pertaining to servicing this contract before submitting a bid. Failure to do so will be at the Bidder's risk. 2.07 EXCEPTIONS Any requested exceptions, deviations, or contingencies a Bidder may have to the Terms & Conditions must be documented in Bidder's submission. Exceptions to the Base Specifications at the time of the bid submission shall reference the item number, make and model. FSA CPP has the discretion to grant or deny, in whole or in part, the Bidder's requested exception, deviation or contingency to the specifications or Terms &Conditions. Bidder acknowledges that the bld may be disqualified if FSA CPP rejects the proposed exceptions. 2.08 EQUIVALENTS Prior to the opening of the Bid System, Bidders may request item equivalents. The Bidder must submit the manufacturer name and model number (or product identifier) of each equivalent requested to FSA CPP. Complete, Page 23 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions descriptive, technical literature should demonstrate that the equivalent conforms with specification. If a bid uses equivalents without prior approval, the bid may be disqualified. 2.09 MANDATORY PRE -BID MEETING Prospective Bidders are required to attend or participate in the mandatory Pre -Bid Meeting. The Pre -Bid Meeting is designed for vendors, the fleet Advisory Committee and the FSA CPP to clarify questions on the Terms & Conditions and to confirm all Base Item specifications. Questions relating to the items, specifications, the bid process, or award can be asked at the Pre -Bid Meeting. Bidders have the opportunity to suggest technical modifications or corrections before the Base Item specifications are finalized. FSA CPP reserves the right to grant attendance exceptions to the mandatory meeting if the Bidder has requested authorization, agrees in writing to meet all the Terms & Conditions without exception and further waives their right to protest the bid process in its entirety or any portion thereof. 2.10 PRICES QUOTED - HEAVY TRUCKS AND BUSES AND EQUIPMENT INVITATIONS TO BID Items and options should reflect the most complete price and be below MSRP and at a minimum should cover the cost of the Item or option bid. Prices quoted in the bid submission should reflect the final amount the Bidder can expect to receive for payment for the items bid for the duration of the contract, unless otherwise provided in the contract. Prices submitted as indicated in the sealed bid are final. Bidders acknowledge that prices quoted will be valid for a period of sixty (60) calendar days from the date of bid opening. Each item, make, and model must be priced and bid separately. Prices must be inclusive of all the components included in the Base Specification. Prices bid must include the administrative fee FSA CPP charges to administer the contract, as outlined in these Terms & Conditions. The administrative fee is three quarters of one percent (.0075). Prices bid must be at least cost, be Free On Board (FOB) destination, and must include delivery to the purchaser. Upon award, the Vendor has the authority to offer additional discounts based on prompt payment, quantity, as well as additional manufacturer or vendor discounts. 2.11 PRICES QUOTED - PURSUIT, ADMINISTRATIVE AND OTHER VEHICLES INVITATION TO BID Due to the changing market conditions, the FSA CPP has temporarily moved to a percent above cost, or "cost- plus", model for the Pursuit, Administrative and Other Vehicles Contract. The cost-plus model allows for Vendors to sell items immediately when order windows open up for next year's model, when the manufacturer changes price during the contract term, or when new items come to market. Bidders shall provide a Bid Price and a Percent for each Item bld. The Bid Price will be used to evaluate the lowest, responsive and responsible Bidder for each item and zone. The Percent will be used under an awarded contract to determine the cost-plus pricing for new year's models, when the manufacturer changes price during the contract Page 24 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions term, or when new items come to market. The FSA CPP will use the percent feature of the Bid System as the field to capture the percent above cost that the Vendor can expect to receive from the purchaser for the purchase of an awarded item. The FSA CPP has the discretion to disqualify Bidders if the proposed Percent is excessive. In order to determine if Percent is excessive, FSA will compare the Percents proposed by Bidders for each item in each zone. Prices and Percents bid for items and options should reflect the most complete item price, be below MSRP, and at a minimum should at least cover the cost of the item or option bid. Prices and Percents bid must be at least "Item Cost", be Free On Board (FOB) destination, and must include delivery to the purchaser. As used in this provision, "Item Cost" is defined as the factory invoice price for the item, the Original Equipment Manufacturer (OEM) destination and delivery to dealer, and the FSA Administrative fee, minus the OEM government pricing concessions specific to this bid, all manufacturer incentives, discounts, rebates, concessions and holdbacks. As used in this provision, "Total Cost" is defined as the Item Cost, plus costs of dealer's floorplan estimated operational expense, and costs of dealer for preparation, cleaning, and assembling, gas, and delivery to zone. As used in this provision, "Bid Price" is defined as the Total Cost and profit. As used in this provision, "Percent" is defined as the markup over Item Cost. Bid Prices will be used as the initial publish pricing for awarded items. As windows open up for next year's model, the manufacturer changes price during thecontract term, or as new items come to market, FSA CPP will work with Vendors to update the published pricing for such Items based on the awarded Percent, within a reasonable period of time. Vendors may accept Purchase Orders for such items in accordance with these Terms & Conditions before submitting updated published pricing to FSA CPP. 2.12 PURSUIT, ADMINISTRATIVE, AND OTHER VEHICLES CONTRACT COST -PLUS - PERCENT PRICING Due to the changing market conditions, the FSA CPP has temporarily moved to a percent above cost, or "cost- plus", model for the Pursuit, Administrative and Other Vehicles Contract. The cost-plus model allows for Vendors to sell items immediately when order windows open up for next year's model, when the manufacturer changes price during the contract term, or when new items come to market. The Bid System provides each Vendors' percent above cost at which the Vendor will sell such items. The Percent provided in the Bid System does not provide a percent discount for items bid. If Vendor fulfills a Purchase Order at other than published pricing, at purchasers' request, Vendor must provide documentation substantiating the item Cost, as defined in section 2.11. Page 25 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 2.13 OPTION PRICING - EQUIPMENT INVITATION TO BID The Bidder shall offer discount below Manufacturer's Standard Retail Pricing (MSRP) or manufacturers published list price for any factory options included in the bid submission and quotes to purchasers, if awarded. FSA CPP requests Vendors include most frequently purchased scheduled, factory and aftermarket options in the bid. Options are intended to add or delete equipment or features from the Base Specification. Options can provide an upgrade or downgrade to a manufacturer's model, such as a slightly different engine size or horsepower, and should not be made available for purchase separate from the base vehicle or equipment. Options may only provide a downgrade to a manufacturer's model when specifically requested in a Purchase Order issued in accordance with the Terms & Conditions by a purchaser. Bidders shall NOT use options to create equipment that is entirely different than the FSA CPP Base Specification or are available as another specification bid on this Invitation to Bid. Bidder must use proper factory codes for all factory options. Options available through the factory may be bid and supplied to purchaser as "factory" options, unless otherwise requested in writing by the purchaser. The FSA CPP has the discretion to disqualify Bidders if the option pricing is excessive or if options listed are not available for the item bid. In order to determine if pricing is excessive, Bidders agree to provide documentation to FSA CPP to verify cost at any time during the solicitation process or during the contract term. This information is for comparison purposes only when determining if pricing is excessive and will not be published. Option pricing will include all costs of labor associated with the option and cost of labor should not be listed separately within the bid. For purposes of this bid, Emergency Lights and Sirens will require a separate pricing sheet upload in the Bid System. Section 2.15 contains specific instructions and exceptions for Emergency Lights and Sirens. If a Bidder will offer registration and title services as a fee for service, the Bidder must include the administrative fee as a separate option (i.e., line item) for each item bid. See Section 3.21 for additional details. Government imposed fees should not be included in this option pricing. No other additional charges or fees are admissible. If options are not available as a stand-alone option, the Bidder must indicate in their bid submission any option requiring the purchase of other options, and also indicate options that are a part or dependent of another option. Factory package options are allowable under this contract. Factory package options must be included in the options within the bid document and detailed specifically as to what components the package includes. When calculating the price for a manufacturer's option requested in this bid that is not listed as an option in the manufacturer's order guide (i.e., model or engine upgrade), the Bidder must calculate the option price as the net difference between vendor cost on the representative base vehicle and the total MSRP of the requested option modifying the vehicle. A Bidder may bid less than this price, but at no time charge more than the calculation provided here. The use of options to facilitate the sale of an alternate manufacturer's product which is outside the scope of the written Base Specification will be determined nonresponsive and the bid will be rejected in whole or part by the FSA CPP. Example: Bidder CANNOT include option upgrades that result in the selling of a vehicle or truck on one specification that is offered as a separate specification in Page 26 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions the invitation to Bid. For example, a Vendor who is awarded the bid for 25,500 lb. GVWR Cab & Chassis cannot upgrade this item through an add option to a 30,000 lb. GVWR Cab & Chassis in order to circumvent the bid award winner for the 30,000 lb. GVWR Cab & Chassis. Purchasers are encouraged to negotiate option pricing with Vendors. Discounts can be provided beyond option prices listed in the contract. The additional discounts for each add option shall be decided by the Vendor. The options will correspond to the specification or item number. Multiple options may be listed for each specification or item number bid. Therefore, Bidders that do not indicate the correct item number with the option information bid will not have options displayed for the Item bid. If option pricing is not uploaded correctly, FSA CPP may require Bidders to correct the formatting of the options, but pricing may not be modified. Failure of the Bidder to make corrections may cause the bid to be rejected. If the Bidder wishes to offer credit to the purchaser for an option that is standard on the FSA CPP Base Specification, the Bidder should include the word "Credit" at the beginning of the description and continue to describe the option being credited. For example, "Credit: one key fob" that corresponds with the price the Bidder will credit the purchaser. Loose Equipment can be bid as an option and made available to purchasers for items originally purchased from this contract. For purposes of this provision, "Loose Equipment" is any item of equipment that attaches to the heavy equipment item(s) included in the awarded bid, such as different sized blades. Loose Equipment does not Include accessories, such as additional keys. 2.14 OPTION PRICING - HEAVY TRUCKS AND BUSES AND PURSUIT, ADMINISTRATIVE AND OTHER VEHICLES INVITATIONS TO BID FSA CPP requests Bidders include most frequently purchased options in the Bid System. Option pricing must include the administrative fee. Bidders must provide a price for each option in addition to a percent below MSRP for factory -installed options or a percent above cost for other options. The FSA CPP has the discretion to disqualify Bidders if the option pricing is excessive. In order to determine if pricing is excessive, Bidders agree to provide documentation to FSA CPP to verify cost at any time during the solicitation process or during the contract term. This information is for comparison purposes and will not be published. Options are intended to add or delete equipment or features from the Base Specification. Options can provide an upgrade or downgrade to a manufacturer's model, such as a slightly different engine size or horsepower, and should not be made available for purchase separate from the base vehicle or equipment. Options may only provide a downgrade to a manufacturer's model when specifically requested in a Purchase Order issued in accordance with the Terms & Conditions by a purchaser. Bidders shall NOT use options to create an item that is available as another item bid on this Invitation to Bid. The use of options to facilitate the sale of an alternate manufacturer's product which is outside the scope of the Base Specification will be determined nonresponsive and the bid will be rejected in whole or part by the FSA CPP. Bidders must disclose which options require the purchase of other options or are dependent on another option In their bid submission. Option pricing will Include all costs of labor associated with the option and cost of labor should not be listed separately. Bidder must use proper manufacturer codes for factory options. Options available through the factory should be bid and supplied to purchaser as factory options, unless otherwise requested in writing by the purchaser. Factory Page 27 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions package options are permitted under this contract. Factory package options included in the bid submission must detail what components the package includes. If a Bidder will offer registration and title services as a fee for service, government -imposed fees should be listed at the exact cost and shall not include the FSA administrative fee. If the Bidder wishes to offer credit to the purchaser for an option that is standard on the FSA CPP Base Specification, the Bidder should include the word "Credit" at the beginning of the description fietd and continue to describe the option being credited. For example, "Credit: one key fob" and enter the price the Bidder will credit the purchaser. For purposes of this bid, Emergency Lights and Sirens will require a separate pricing sheet and option upload in the Bid System. Section 2.15 contains specific instructions and exceptions for Emergency Lights and Sirens. 2.15 EMERGENCY LIGHTS AND SIRENS Under Florida Statute 316.003(1), authorized emergency vehicles are defined as: Vehicles of the fire department (fire patrol), police vehicles, and such ambulances and emergency vehicles of municipal departments, public service corporations operated by private corporations, the Fish and Wildlife Conservation Commission, the Department of Environmental Protection, the Department of Health, the Department of Transportation, and the Department of Corrections as are designated or authorized by their respective departments or the chief of police of an incorporated city or any sheriff of any of the various counties. Bidders that will provide or contract to provide emergency light and siren installation must only use installers that possess a current Emergency Vehicle Technician Certification, or an approved equivalent. FSA CPP may request certificates for a Vendor's installers at any time during the contract term. Labor may be charged for the installation of emergency lights and sirens. Labor rates must be disclosed as part of the bid submission. Bidders may not charge for labor for vehicles that are manufactured with emergency lights and sirens, including motorcycles. Prices submitted for emergency lights and sirens shall include all applicable govemment-imposed fees. Bidders that install emergency lights and sirens are required to provide and install products that are Society of Automotive Engineers (SAE) certified. SAE Certifications must include Class 1, Class 2 and Class 3 in order to be eligible for participation in the contract. If a lighting or siren product installed an an emergency vehicle is not SAE Certified, the Vendor can be found in default of the contract. Bid Submission of Emergency Lights and Sirens If offering emergency lights and sirens, Bidders will be asked to provide pricing by submitting a pricing sheet. An emergency vehicle lights and siren option pricing template is offered in the Bid System. Bidders are encouraged, but not required to use the template. If item or specification group is helpful to display light and siren options, Bidders may categorize the pricing sheet by item group. Items listed below are required for the submission of the pricing sheet: • Order code • Description • Price (part only) Page 28 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions • Estimated labor hours • Labor cost per hour 2.16 BID SUBMISSION Bidders must submit a bid electronically using the Bid System. Bid submissions include a price for each item and option bid in accordance with Section 2.10, 2.11, 2.13, 2.14, and 2.15. Each Bidder must submit a qualifications package for each bid. The bid must be received by the date and time specified on the Bid Calendar in Appendix B. Failure to meet all submission requirements by the date indicated on the Bid Calendar will result in rejection of the bid. Bid System: VendorLink The Bid System is located at https://www.mvvendorlink.com. Bidders are encouraged to participate In training provided. Usernames and passwords will be issued to Bidders after registering in the Bid System. Contact Vendorlink at support@evendorlink.com if technical issues arise during bid submission. Prices are to be rounded to the nearest whole dollar. If a Bidder submits bid pricing using cents, the following formula will be applied to round the bid pricing to the nearest whole dollar: $.01-.49 will be rounded down to the dollar bid (e.g., $50.49 = $50) and $.50-.99 will be rounded to the next dollar (e.g., $50.50 451). Bid Submission To ensure correct bid submittal and formatting, Bidders shall: • For the Heavy Trucks and Buses Invitation to Bid, insert a: o Price for each item bid by zone • For the Pursuit, Administrative and Other Vehicles Invitation to Bid, insert a: o Bid Price for each item bid by zone, as defined in Section 2.11 o Percent for each item bid by zone, as defined in Section 2.11 • For the Equipment invitation to Bid, insert a: o Price for each item by zone • Upload files as instructed in the Bid System; files requested will be in Excel or .pdf. • Follow all instructions outlined in this Invitation to Bid and provide all requested information. The bid shall include the following documents: • Executed Qualifications Packet. • Build sheet for each item bid as a single .pdf • Pricing Sheet for Emergency Vehicle Lights and Sirens, if applicable. • Any requested exceptions or equivalents. Option Upload An option sheet should be submitted for each item bid. The Bid System will accept option information for each item through a .pdf file upload. Each option sheet should include a header to identify the FSA CPP contract title and number, the Bidder name, item number, make and model. Each option sheet should include: • Option • Description • Manufacturer order code or identifying code • Price For the Heavy Trucks and Buses and Pursuit, Administrative, and Other Vehicles Invitations to Bid, the option sheet should also include: Page 29 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions • Cost plus percent for all items not installed at the factory • Percent below MSRP for factory installed options FSA CPP may ask awarded Bidders to supply one hard copy set with digital signatures and original compliance forms, prior to the contract execution. Hard copy bids should not be submitted unless specifically requested by FSA CPP. FSA is not responsible for Bidder's improper use of the Bid System. Exceptions will be granted to this section should any Bid System malfunctions occur. 2.17 ZONE BIDDING Bidders may bid in one or more geographic zones. Bidders must submit pricing for each zone they wish to be evaluated. The zone map is included in Appendix A. The geographic zones are in place to assist Bidders in estimating costs of delivery, which must be included in the price bid and quoted to the purchaser. For the Pursuit, Administrative and Other Vehicles Contract, the cost of delivery must be included in the Percent. 2.18 EXECUTION OF BID By submitting a response to this Invitation to Bid, the Bidder agrees to the Terms & Conditions and to be bound by such Terms & Conditions if selected for award. The Bidder must submit the Contract Signature Form with the signature of an authorized representative no later than the bid submittal due date. All Terms & Conditions are applicable throughout the term of the awarded contract and are not specific to any given year, make or model. 2.19 MODIFICATION OR WITHDRAWALS OF BIDS A Bidder may submit a modified bid to replace all or any portion of a previously submitted bid until the due date and time of the bid submission listed in the Bid Calendar. Modifications received after the bid due date and time will not be considered. Bids can be withdrawn in writing prior to the contract award. If a Bidder must withdraw the bid, the Bidder must contact FSA CPP immediately. Bid withdrawals are handled on a case -by -case basis and can result in a limitation of participation in future bids. 2.20 LATE BIDS The responsibility for submitting a bid before the due date and time on the bid calendar is solely and strictly the responsibility of the Bidder. The FSA is not responsible for delays caused by technical problems, any internet outages or delays incurred by electronic delivery, or any other occurrence. Any reference to time will be based on Eastern Time. 2.21 BID OPENING Bids shall be opened on the date and time specified on the Bid Calendar. The bid opening may occur at the Florida Sheriffs Association, 2617 Mahan Drive, Tallahassee, Florida, or may be offered online. FSA CPP will provide a bid inspection period for Bidders following the bid opening. The date, time and duration will be announced prior to the bid opening. Page 30 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 2.22 DETERMINATION OF RESPONSIVENESS Determination of responsiveness will take place at the time of bid opening and evaluation. In order to be deemed a responsive bidder, the bid must conform in all material respects to the requirements stated in the Invitation to Bid. As set forth in Section 2.26, FSA CPP reserves the right to waive or allow a Bidder to correct minor irregularities. 2.23 RESPONSIBLE BIDDER CRITERIA Bids will be evaluated to determine if qualifications and contract requirements are met. Responses that do not meet all requirements of this Invitation to Bid or fail to provide all required information, documents or materials may be rejected as nonresponsive. The FSA CPP will not request documentation or consider a Bidder's social, political or ideological interests in determining if the Bidder is a responsible bidder. FSA CPP will not give preference to a Bidder based on the Bidder's social, political, or ideological interests. Bidders whose responses, past performance, or current status do not reflect the capability, integrity, or reliability to fully and in good faith perform the requirements of the contract may be rejected as non -responsible. In determining a responsible Bidder, the following factors may be considered: • Adequacy of facilities, staffing, and financial resources; • Previous experience with FSA contract or other similar government contracts; • Ability to provide excellent customer service, including on previous FSA contracts; and • Any other information relevant to the responsibility of a Bidder of which FSA CPP is aware. In addition to the requirements set forth by these Terms & Conditions, FSA CPP reserves the right to request staffing, performance and financial information from any Bidder during the evaluation process. FSA CPP reserves the right to determine which responses meet the requirements, specifications, Terms & Conditions of the solicitation, and which Bidders are responsive and responsible. FSA CPP further reserves the right to limit participation of Bidders who, in FSA CPP's sole discretion, are determined to present responsibility concerns that call into question the Bidder's ability to perform but that do not rise to the level of requiring rejection of the Bidder as non -responsible. 2.24 BASIS FOR AWARD For the Heavy Trucks and Buses, and Equipment Invitations to Bid, the FSA CPP shall make awards to the qualified, responsive and responsible Bidder(s) who submitted the lowest priced bid by item, manufacturer, and zone. Awards may also be made to subsequent lowest responsive and responsible Bidders by item, manufacturer, and zone, when determined to be in the best interest of the FSA and the purchaser(s). FSA CPP has the discretion to consider option pricing in making the award and to disqualify Bidders for proposing excessive option pricing. For the Pursuit, Administrative and Other Vehicles Invitation to Bid, the FSA CPP shall make award to the qualified, responsive and responsible Bidder(s) who submitted the lowest Bid Price by item, manufacturer, and zone. Awards may also be made to subsequent lowest responsive and responsible Bidders by item, manufacturer, and zone, when determined to be in the best interest of the FSA and the purchaser(s). FSA CPP has the discretion to consider Percent and option pricing in making the award and to disqualify bidders for proposing excessive Percent(s) or option pricing. Page 31 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Awards will not be given to any parties listed on the government wide exclusion in the System for Award Management. FSA CPP reserves the right to accept or reject any and all bids, and to waive any minor irregularity, technicality or omission if it determines that doing so will serve the purchaser's best interest. FSA CPP reserves the right to make multiple awards for each item, if determined to be in the best interest of the FSA and the purchasers. Awards will be posted on the FSA CPP website according to the date posted in the bid calendar. 2.25 BID TABULATIONS The Bid Tabulation report will be posted on the FSA CPP website after the bid submission closes. If there is a delay in posting the bid tabulation results, FSA CPP will post a notice of the delay and a revised date for posting of results. 2.26 MINOR IRREGULARITIES/RIGHT TO REJECT The FSA CPP has the right to accept or reject any and all bids, or separate portions thereof, and to waive any minor irregularity, technicality or omission if the FSA CPP determines that doing so will serve its best interest or the best interest of the purchasers. A minor irregularity is a variation from the Terms & Conditions of this procurement that does not affect the price of the bid or give the Bidder a substantial advantage over other Bidders and thereby restrict or stifle competition and does not adversely impact the interests of the FSA or the purchasers. At its option, the FSA CPP may allow a Bidder to correct minor irregularities but is under no obligation to do so. In doing so, the FSA CPP may request a Bidder to provide clarifying information or additional materials to correct the irregularity. However, the FSA CPP will not request, and a Bidder may not provide the FSA CPP with additional materials that affect the price of the bid or give the Bidder an advantage or benefit not enjoyed by other Bidders. The FSA CPP may also reject any bids not submitted in the manner specified in this document. 2.27 CONE OF SILENCE This Invitation to Bid is subject to the Cone of Silence that begins the date the bid submission opens through the intent to award date as indicated in the Bid Calendar. During this period, all communications regarding this solicitation between FSA and Bidder will cease, except for procedural questions, questions regarding problems incurred in the use of the Bid System, or communications initiated by the FSA CPP. All permitted communications during this period shall be made in writing to the contacts identified in Section 1.01 of this Invitation to Bid. Page 32 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 3.0 CONTRACT CONDITIONS 3.01 GENERAL REQUIREMENTS Once the bid has been awarded, the terms and conditions of this document become the contract between the FSA CPP and the awarded Vendor. The Terms & Conditions apply to all items purchased from this contract. 3.02 STATEMENT OF AUTHORITY Each person signing the contract warrants that they are duly authorized to do so and binds the respective party to the contract. 3.03 VENDOR CONTACT INFORMATION The Vendor shall maintain current contact information with FSA CPP at all times for sales and submission of purchase orders, quarterly reports and administrative fee payments. If a change occurs during the contract, the Vendor must notify FSA CPP immediately. 3.04 ADDITIONS OR DELETIONS FSA CPP reserves the right to add or delete any items from this bid or resulting contract when deemed to be in the best interest of FSA and purchasers, at its discretion. This decision to take action may be based upon and not limited to few or no sales, product recalls and other safety issues, Vendor or manufacturer performance, or the product's lack of relevance. For items that come to market during the contract term, FSA CPP may authorize qualified and awarded Vendors to offer the new item under the existing contract terms and conditions, if the manufacturer authorizes a Vendor to sell the Item. FSA CPP will request awarded Vendors submit pricing and will evaluate the responses prior to authorizing awarded Vendors to offer the new item. 3.05 CONTRACT EXTENSION Contract Extension The contract may be extended by mutual agreement for up to two (2) additional years, on a year-to-year basis. FSA CPP reserves the right to execute a contract extension or to allow the contract to fully or partially terminate and readvertise for bids, whichever is in the best Interest of FSA. The Vendor may request price adjustments for contract extensions as provided for herein. If no request is received from the Vendor, the FSA CPP will assume that the Vendor has agreed that the optional term may be exercised without a price adjustment. Any adjustment request received after the execution of an extension may not be considered unless otherwise provided for in this contract. Month -to -Month Continuation In the event a new contract is not active at the time of this contract's expiration, this contract's terms and conditions shall extend on a month -to -month basis and shall not constitute an implied extension of the contract. Such a month -to -month continuation shall be upon the compensation and payment provided herein. Page 33 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 3.06 PRICE ADJUSTMENT In addition to the cost -plus -percent pricing adjustments available for the Pursuit, Administrative, and Other Vehicles contract, the Terms & Conditions provide the following options for price adjustments: • Annual Price Adjustments • Changes to Manufacturer Production or Design • Manufacturer Certified Adjustments • Equitable Adjustments Price adjustment requests must clearly substantiate a need to increase or decrease the price. Price adjustments will not be considered if Vendors are delinquent on administrative fee payments or have outstanding quarterly reports. Annual Price Adjustment The FSA CPP may consider annual price adjustments due to: • Changes in the Producer Price Index (PPI) as published by the U.S. Department of Labor, Bureau of Labor Statistics (BLS); or • As a result of changes to national or state standards that require substantial price adjustments. FSA CPP may consider other documentation related to the change to national or state standards but is not obligated to grant price changes without literature from the manufacturer. The FSA CPP will consider the request and will make a final determination on the change in price. Changes to Manufacturer Production or Design Significant changes by the manufacturer to the production of and specification design may initiate a price adjustment request. FSA CPP will consider order dates, production factors, model year, or other conditions, as well as the replacement or complete redesign of items. Vendors must provide documentation from the manufacturer. Manufacturer Certified Adjustments Vendors must provide documentation from the manufacturer to FSA CPP that shows the additional costs or price adjustments imposed by the manufacturer and substantiate the need for a related price adjustment for this contract. Equitable Adjustments The FSA CPP may make an equitable adjustment to the contract terms or pricing at Its discretion. 3.07 CONDITIONS It is understood and agreed that any item offered or shipped as a result of this contract shall be the most current model offered. Page 34 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 3.08 PRODUCTION CUTOFF Vendors shall notify the FSA CPP in writing no less than sixty (60) calendar days prior to the close of final order date by the manufacturer when the final order date is during the term of the contract. Purchase Orders received by the Vendor ten (10) business days prior to the final order date must be accepted and entered into the order system with the manufacturer. Purchase Orders issued and received after the production cutoff date will be subject to availability. In this case, the Vendor and manufacturer have the discretion whether to choose to provide next year's model at current year's prices until the end of the contract term. If the manufacturer cutoff date is during the term of the contract and will affect the purchaser's ability to obtain the items, FSA CPP may consider substitutions from the same manufacturer. 3.09 FACILITIES The FSA CPP reserves the right to inspect the Vendor's facilities at any time with prior notice. 3.10 PURSUIT RATED VEHICLES & MOTORCYCLES Vehicles in this category have been reviewed by one or more of the nationally recognized authorities on Police Vehicle Testing Program/Evaluation. These evaluations are not designed to recommend a particular product, but to serve as a resource for vehicles which are currently being offered for law enforcement service. To see the full detailed report, click or copy the links below. At the time of the bid there were two nationally recognized authorities: State of Michigan, Vehicle Test Team of the Michigan State Police (MSP) Precision Driving Unit Los Angeles County Sheriff's Department Law Enforcement Vehicle Test and Evaluation Program Vehicles: 3.11 SPECIAL SERVICE VEHICLES Vehicles in this category have been reviewed by one or more of the nationally recognized authorities on pursuit vehicle testing program/evaluation. These vehicles are labeled as Special Service Vehicle (SSV) and often used in public safety applications and other areas of government. Refer to manufacturers published information for detailed information regarding these vehicles. 3.12 CAB AND CHASSIS PURCHASES Vendors performing upfitting of cab and chassis should be licensed and certified to perform such work. Vendors are responsible for tag and title work if the chassis is completed by the Vendor or the Vendor's contracted third - party supplier. The requirements of Florida Statute 319.21 related to the manufacturer statement of origin apply to cab and chassis purchases. Cab and chassis may be purchased from the Vendor without any required additional upfitting by the Vendor. Vendors are not responsible for tag and title if an incomplete chassis is requested and sold to the purchaser. 3.13 FACTORY -INSTALLED OPTIONS All options specified as factory -installed are to be installed on the item at the primary site of assembly and are to Page 35 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions be the manufacturer's standard assembly -line product. Aftermarket and vendor -installed equipment will not be accepted as factory -installed. Vendors found supplying aftermarket or vendor -installed equipment where factory - installed are specified shall be required to retrieve all delivered Items and supply new items meeting the specifications. All factory -ordered options are to be original equipment manufacturer (OEM) and installed at the primary site of assembly unless otherwise noted by the Vendor and acknowledged in writing by the purchaser. Verbal agreements will not be recognized. 3.14 VENDOR -INSTALLED OPTIONS All vendor -installed accessories, equipment, or options shall be Installed according to the manufacturer's specifications. All vendor -installed options must be manufactured by an established manufacturer of the product provided. Vendors are required to disclose make and model of product being offered, design, and model must be approved by the purchaser prior to installation. Prior to any purchase, the Vendor must also disclose the warranty of any accessory, equipment or option that is less than or exceeds the factory or equipment warranty coverage. Any Vendor that violates this provision will be considered in default of the contract. FSA CPP may terminate the contract in accordance with these terms & conditions. 3.15 NON-SCHEDULED OPTIONS A non-scheduled option is an option not listed on the FSA CPP published award. Vendors may provide non- scheduled options at less than MSRP or the Published List Price. Non-scheduled options should be identified and listed as a separate line item with the price and discount on the purchase order. Non-scheduled options are covered under these terms and conditions. 3.16 FORCE MAJEURE A Vendor shall not be penalized for a delay resulting from the Vendor's failure to comply with delivery requirements if neither the fault nor the negligence of the Vendor or its employees contributed to the delay and the delay is due directly to acts of God, wars, acts of public enemies, strikes, fires, floods, or other similar cause wholly beyond the Vendor's control, or for any of the foregoing that third party suppliers if no alternate source of supply is available to the Vendor. 3.17 PURCHASE ORDERS To initiate a purchase, a purchase order must be issued to the Vendor, which includes: • FSA CPP contract title and number; • FSA CPP item number, and the make and model or item description; and • Purchaser name, phone number and email address. The Vendor's acceptance of a purchaser's order will indicate that the Vendor agrees to deliver an awarded item that will be fully compatible with all of its options. Production schedules and delivery dates should be discussed at the time the quote is provided to the purchaser, or if no quote is provided, when the purchase order is delivered to the Vendor. Vendor shall place the order with the manufacturer within 10 business days of receipt of the purchase order. The Vendor shall assure that all orders are placed in full compliance with the specifications and the terms and conditions of the contract and the purchase order. Any changes that are required to bring an item into compliance with the various options due to an Incorrect order will be accomplished at the Vendor's expense. Page 36 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions A Confirmation of Order form shall be completed by the Vendor and provided to the purchaser and FSA CPP fifteen (15) calendar days from receipt of purchase order without request by the purchaser. Any additional information needed to complete this form should be obtained by the Vendor from the purchaser. While it is recommended that an agency purchase from the zone which is closest to their location, it is not mandatory to do so. If the purchaser determines that a Vendor in another zone can better serve the purchaser's needs, the purchaser may order from a Vendor in another zone. Vendors that provide awarded items outside of an awarded zone may upon mutual agreement between the Vendor and the purchaser charge a delivery fee. If a Vendor receives a purchase order for an item for which they were not awarded, the Vendor must notify the purchaser and return the purchase order to the purchaser within three (3) business days. The Vendor must submit electronic copies of Purchase Orders within fifteen (15) calendar days of the Purchase Order issue date. Emails shall be sent to coop@flsheriffs.org. Purchase orders received by the Vendor after this deadline must be submitted to FSA CPP as soon as possible with the date received by the Vendor and cause for the delay. Purchase Orders should contain the following required information: • Purchaser name, • Purchase order number, • Purchase order issue date, • FSA CPP contract title and number, • Item number, • item make and model, or item description, • Item price, • Options by item, and • Estimated delivery date. Purchase orders vary in format and information provided. If a purchase order does not include the required information, the Vendor must submit supplemental documentation to FSA CPP at the same time the purchase order is due. Such Information may be in bid quotes, equipment proposals, confirmation of orders, or other documents. If a purchaser does not use purchase orders, written communication from the purchaser to the Vendor will be provided to FSA CPP. 3.18 REGISTRATION, TAG, AND TITLE Title items shall be the responsibility of the Vendor. If the purchaser is a government agency, the purchaser has the right to choose to register and title the item. Costs of registration, tag and title shall not exceed the statutory rates. FSA administrative fee does not apply to the cost of registration, tag and title. 3.19 DELIVERY Vendors are to inspect the item to confirm the item meets or exceeds the FSA CPP Base Specification, manufacturer specification, and purchase order. Deliveries not complying with these requirements may be rejected and will have to be redelivered at Vendor's expense. Delivery shall be within the normal working hours of the user, Monday through Friday, excluding holidays. Delivery schedules shall be agreed to by the purchaser and the Vendor. Vendor shall notify the purchaser no less than twenty-four (24) hours prior to delivery of the time and location, which shall reflect the mutually agreed upon Page 37 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions delivery details. The Vendor shall be responsible for delivering items that are properly serviced, clean and in first class operating condition. Items shall be delivered with each of the following documents completed or included: 1. Copy of the Purchase Order. 2. Copy of the FSA CPP Base Specification. 3. Copy of manufacturer's invoice, price sheet, build sheet or other documentation that verifies what components are included on the item being delivered 4. Copy of the pre -delivery service report 5. Registration warranty certification 6. Owner's manual 7. Registration, tag and title or an application for the registration, as applicable All items with fuel tanks of thirty-five (35) gallons or less must contain no less than one quarter (1/4) tank of fuel as indicated by the fuel gauge at the time of delivery. For items that have more than thirty-five (35) gallons, a minimum of one eighth (1/8) of a tank of fuel must be provided. All electric vehicles must be delivered with a minimum charge level of 10 percent. The purchaser has the option to reject a vehicle with more than 350 odometer miles or may deduct $0.51 cents per mile in excess of 350 miles from the invoice, unless distance above 350 miles was previously approved by the purchaser. Deliveries of less than 350 miles may be accomplished by driving the vehicle. Any delivery accomplished by driving the vehicle must be supervised and the driver must comply with manufacturer's break-in requirements and all applicable traffic laws. Any delivery accomplished by driving a pursuit -rated vehicle must use an "OUT OF SERVICE" cover on light bars. Deliveries in excess of 350 miles shall be made by transport, or otherwise approved by the purchaser, however, this requirement shall not apply to incomplete chassis. Items with hour meters must be delivered with fewer than five (5) hours on the hour meter or may be rejected by the purchaser. The purchaser may choose to negotiate a lower purchase price when the item exceeds five (5) hours. When items require service or adjustments upon delivery, the Vendor shall either remedy the defect, or be responsible for reimbursing the manufacturer's local authorized representative or other service provider to remedy the defect. Such service or adjustments shall be initiated by the Vendor within 48 hours after notification by a purchaser, not to include weekends and holidays. Delivery will not be considered complete until all services or adjustments are satisfactory, and the item is redelivered or repaired. The cost of any transportation required to address the defect shall be the responsibility of the Vendor until the items are satisfactory and accepted by the purchaser. 3.20 INSPECTION AND ACCEPTANCE Final acceptance shall be given only after the purchaser inspects or confirms the item meets contract specifications. Delivery of an item to a purchaser does not constitute acceptance for the purpose of payment. Inspection and acceptance will be at the purchaser's destination unless otherwise previously agreed upon location was provided in the purchase order. Should the delivered items differ in any respect from the Base Item specifications, payment can be withheld until such time as the Vendor completes the necessary corrective action. 3.21 INVOICING AND PAYMENTS Invoicing and payments shall be the responsibility of the Vendor and purchaser placing orders using this contract. Vendors must invoice each purchaser independently. The Vendor shall be paid upon submission of invoices to the purchaser after satisfactory delivery and acceptance of the items. While the Local Government Prompt Payment Page 38 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Act applies to ensure timely payment of Vendor Invoices, the FSA CPP encourages purchasers to make payment within 30 days of acceptance of the item. The Local Government Prompt Payment Act is defined in Sections 218.70-218.79 of Florida Statutes. 3.22 WARRANTY All warranties shall begin at the time of delivery and final acceptance by the purchaser. The purchaser's warranty should not be active for incomplete items and items delivered to a third -party supplier before final delivery. 3.23 QUARTERLY REPORTS Quarterly reports are the contractual responsibility of each Vendor. Quarterly reports must be completed and submitted electronically. All quarterly reports shall be sent to reports@flsheriffs.org. The quarterly report template shall be submitted using an Excel workbook provided by FSA CPP. Quarterly reports which do not adhere to the required format or are not complete of all purchase orders received and/or deliveries made during the quarter will be returned to the reporting Vendor for correction. Quarterly reports are due no later than the 15th day of the month following the end of the quarter. Quarterly reports shall follow the schedule below for the duration of the contract. If a contract extension is executed, the quarterly reports will maintain the same schedule for future reporting periods. Contract Year: October 1, 2022 — September 30, 2023 Year 1 Quarter 1: October 1— December 31 Q1 Report Due: January 15 Year 1 Quarter 2: January 1— March 31 Q2 Report Due: April 15 Year 1 Quarter 3: April 1 —June 30 Q3 Report Due: July 15 Year 1 Quarter 4: July 1 —September 30 Q4 Report Due: October 15 Quarterly reports must be submitted even if there are no sales or no deliveries in a quarter. If a Vendor has no sales within a quarter, the Vendor shall indicate "No sales this quarter" on the top row of the sales worksheet. If the Vendor has no deliveries in a given quarter, the Vendor shall indicate "No deliveries this quarter" on the top row of the delivery worksheet. FSA CPP reserves the right to modify the procedure for submitting quarterly reports during the term of the contract. Such a change shall not materially modify the substance of the information to be reported but may change the method by which future quarterly reports are to be submitted. In the event of such a change, FSA CPP will provide written notice to all Vendors of the method by which future quarterly reports are to be submitted. 3.24 ADMINISTRATIVE FEE The FSA CPP charges three quarters of one percent (.0075) to procure, process and administer the contract. The administrative fees are the contractual responsibility of each awarded Vendor. After receipt of payment from contract purchases, the Vendor shall remit all administrative fees to the FSA CPP no later than 15 calendar days after the end of each quarter. All fees payable to the FSA CPP during any given quarter will be accompanied and supported by a quarterly report. Page 39 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions The administrative fee will remain payable to ESA CPP and no relief from payment of the administrative fee, nor any additional charge to recoup the administrative fee, will be permitted if a Vendor fails to incorporate the administrative fee in its bid pricing. The administrative fee should never be listed as a separate line item on any purchase order or invoice. The administrative fee is based on the total purchase order amount of new items. This fee excludes any value given to purchasers for trade-ins. Trade-ins, extended warranties and other exchanges will not reduce or impact the fee calculation. The ACH form for electronic payment or wiring of funds is included in Appendix C. It is the preference of FSA CPP that all payments be electronically paid and submitted. If ACH is not available, checks for the administrative fee can be sent to: Florida Sheriffs Association Cooperative Purchasing Program 2617 Mahan Drive Tallahassee, FL 32308 3.25 LIQUIDATED DAMAGES The Vendor warrants that the item supplied to the purchaser shall conform in all respects to the standards set forth and the failure to comply with this condition will be considered as a breach of contract. Any liquidated damages levied because of inadequacies or failures to comply with these requirements shall be borne solely by the Vendor responsible for same. Failure to submit the administrative fee with accompanying quarterly reports to ESA CPP within 15 calendar days following the end of each quarter may result in the imposition of liquidated damages. Vendors failing to submit administrative fees and/or quarterly reports will incur liquidated damages in the amount of $25 for each calendar day that fees and reports are past due, beginning on the 16th day following the end of the quarter. If a civil action is initiated by the FSA to recover administrative fees or liquidated damages as set forth in this section, the prevailing party shall be entitled to its reasonable attorneys' fees and costs incurred In the litigation. The venue shall Ile in the Circuit Court for the Second Judicial Circuit in and for Leon County, Florida. When quarterly reports are late, liquidated damages are to be included in Vendor's Quarterly Report and administrative fee submission. Liquidated damages that remain unpaid beyond 45 calendar days can result in FSA CPP, at its sole discretion, implementing contract compliance actions, including but not limited to, suspension, limited participation by specifications or zones, disqualification from future solicitations, or termination for cause pursuant to the Terms & Conditions. Schedule of Liquidated Damages Failure to submit quarterly report on time $25 per calendar day Failure to submit administrative fee on time $25 per calendar day Failure to report a Purchase Order to FSA CPP within 15 calendar days of the purchase order issue date $100 per Purchase Order Failure to Report Sales .0075 of the sales price plus 1.5% each month following the delivery date. Page 40 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Vendor agrees and acknowledges that its failure to take any of the actions specified in the above schedule will result in liquidated damages to this contract. Vendor agrees and acknowledges that these liquidated damages are not intended to be and do not constitute a penalty and that these amounts are reasonably calculated to compensate the FSA for the damages that it will incur as a result of the Vendor's failure to take the specified actions. Page 41 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Appendix A: Zone Map FSA CONTRACT ZONE MAP WESTERN WESTERN BAY CALHOUN DIXIE ESCAMBIA FRANKLIN GADSDEN GULF HOLMES JACKSON JEFFERSON LAFAYELTE LEON LIBERTY MADISON OKALOOSA SANTA ROSA TAYLOR WALTON WAKULLA WASHINGTON CENTRAL BREVARD CITRUS DESOTO HARDER HEIINANDO HIGHLANDS HILLSBOROUGH INDIAN RIVER LAKE MANATEE OKEECHOBEE ORANGE OSCEOLA PASCO PINELLAS POLK ST. LUCIE SARASOTA SEMINOL_E SUMTER v.2 r.L1015 NORTHERN ALACHUA BAKER BRADFORD CLAY COLUMBIA DUVAL FLAGLER GILCHRIST HAMILTON LEVY MARION NASSAU PUTNAM ST_ JOHNS SUWANEE UNION VOLUSIA SOUTHERN BROWARD CHARLOTTE COLLIER GLADES HENDRY LEE MARTIN MIAMI-LIADE MONROE PALM BEACH o� 0.0 QC' NORTHERN Page 42 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Appendix B. Bid Calendar FSA23-VEL31.0 Bid Calendar Task Date Invitation. to Bid Announcement (ITBj Voluntary Interested Bidder Workshop New item Specification Requests Due Pre Bid Meeting Request for Clarifications Due to: -.F' FSA VendorLink Bidder Training Bid System Open; Cone of Silence Bid Submissions Due Public Bid Opening Bid Tabulations Posted• Bid Evaluation intent To'Award Final Award & Effective Date of New:Contract.:.; FSA23-VEH21.0 /1/2023A:5116/20i3:': 6/13/2023 6/2•3/2023 7/11/2023 7/18/2023 7/24/2023 7/25/2023. 7/25/2023 - 9/11/2023 8/30/2{023' 9/1/2023 9/1/2023...:1•- . . 9/5/2023 - 9/8/2023 9/11/2023; :..10/1/2023 Bid Calendar Task ,Invitation to Bid Announcement (ITB} Voluntary Interested Bidder Workshop New Item Specification Requests Due Pre Bid Meeting Request for Clarifications Due to FSA FSA VendorLink Bidder Training Bid System Open Cone of Silence Bid Submissions Due_ Public Bid Opening Bid Tabulations Posted Bid Evaluation Intent To Award Final Award & Effective Date of New Contract Date 5/1/2023;&-5/15/2023' 6/14/2023 6/23/2023:. 7/12/2023 7/18/2023.. • . 7/24/2023 7/25/2023 7/25/2023 - 9/11/2023 8/30/2023 9/1/2023 9/1/2023 9/5/2023-9/8/2023 9/11/2023 10/1/2023 Page 43 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions FSA23-EQU21.0 Bid Calendar Task Date Invitation to Bid Announcement{ITB) Voluntary Interested Bidder Workshop New Item Specification Requests Due Pre Bid Meeting Request for Clarifications Due to FSA FSA VendorLink Bidder Training Bid System Open Cone of Silence Bid Submissions Due Public Bid Opening Bid Tabulations Posted Bid Evaluation Intent To Award Final Award & Effective Date of'New Contract • 5/1/2023 & 5/15/2023 6/7&8/2023 6/23/2023 . 7/13/2023 7/18/2023 7/24/2023 7/25/2023 7/25/2023-9/11/2023 8/30/2023 9/1/2023 9/1/2023 9/5/2023 - 9/8/2023 9/11/2023 _ 10/1/2023 Page 44 TO: FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Appendix C: ACH Payments '"""1 I �-:' ftii �� � 1 KN All Customers of the Florida Sheriffs Association SUBJECT: Florida Sheriffs Association is going paperlessl 774 our association is pleased to am:ounce the implementation of ataapting electronic payments from customers.. If your agency or company is able to pay via. ACH, please consider adding the Florida Sheriffs Association to your list of vendors paid via electrons¢ payment_ Florida Sheriffs Association's Banking Information is as follows: Checking Account [ piial City Dank Routing Number 06310 688: Account Number: (U1¢O571JW. Please email any payment remittance information to acccwnting f sheriiifs_rrrg rf you choose to make ACH payments to the association, there is no additional charge. However, the information above can be used to pay with a wire transfer_ If you choose to pay via wirer there is a charge of $23 per wire that you will need to add to your payment. If you have any questions at all, please contact Trish Eldritee atteldrir%egflsher1ffs.org or call OMB) 559-556B. Sincerely, remit Etcrriarge director of Accounting and Finance Florida Sheriffs Association Page 45 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions. Appendix D: Federal Clauses Applicability of Third-Partv Contract Provisions* (Excluding micro -purchases, except Davis -Bacon requirements apply to construction contracts exceeding $2,000.) In addition to other provisions negotiated with purchasers placing federally funded purchase orders, Vendors must comply with the following provisions upon award of a federally funded purchase order: } PROVISION Professional Services/A&E Operations/ Management Construction Materials & Supplies Equal Employment Opportunity `. All ': Davis -Bacon Act >$2,000 Copeland "Anti -Kickback" Act >$2,000 Contract Work Hours and Safety Standards Act >$100,000 4100,000 4100,000 >$100,000 Rights to Inventions Made Under a Contract or Agreement If the purchase order involves performance of experimental, developmental or research work If the purchase order involves performance of experimental, developmental or research work If the purchase order involves performance of experimental, developmental or research work If the purchase order involves performance of experimental, developmental or research work Clean Air Act >$150,000 >$150,000 >$150,000 >$150,000 Federal Water Pollution Control Act >$150,000 >$150,000 >$150,000 >$150,000 Debarment and Suspension All All All All Byrd Anti -Lobbying Amendment >$100,000 4100,000 >$100,000 4100,000 Procurement of Recovered Materials All All All All Prohibition on Certain Telecommunications and Video Surveillance Services or Equipment All All All All Domestic Preferences for Procurements All All All All *References to the code of regulations (CFR) or United States Code (USC) were accurate at the time of publication. It is the responsibility of the Bidder to ensure compliance is met of the referenced state and federal laws within the published rules. EQUAL EMPLOYMENT OPPORTUNITY: Except as otherwise provided under 41 CFR Part 60, all contracts that meet the definition of "federally assisted construction contract" in 41 CFR Part 60-1.3 must include the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, "Equal Employment Opportunity" (30 FR 12319, 12935, 3 CFR Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and implementing regulations at 41 CFR part 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor." The clause set forth in 41 CFR 60-1.4(b) is incorporated herein by reference. Vendor must comply with this clause and Include this clause In all lower -tier federal assisted construction contracts. Page 46 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions DAVIS-BACON ACT, as amended (40 U.S.C. 3141-3148): When required by Federal program legislation, all prime construction contracts in excess of $2,000 awarded by non -Federal entities must Include a provision for compliance with the Davis -Bacon Act (40 U.S.C. 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction"). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The non -Federal entity must place a copy of the current prevailing wage determination Issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non -Federal entity must report all suspected or reported violations to the Federal awarding agency. The contracts must also include a provision for compliance with the Copeland "Anti -Kickback" Act (40 U.S.C. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"). The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non -Federal entity must report all suspected or reported violations to the Federal awarding agency. Vendors performing construction must comply with all applicable provisions of the Davis -Bacon Act and include this clause in all lower -tier subcontracts for construction. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (40 U.S.C., chapter 37): Vendor shall comply with Sections 102 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C., chapter 37), as supplemented by Department of Labor regulations (29 CFR part 5). (a) Overtime requirements. Neither Vendor nor any contractor or subcontractor contracting for any part of the purchase order work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours In such workweek. (b) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in Paragraph 15(a), Vendor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, Vendor or such subcontractor shall be liable to the United States (in the case of work done under the Contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in Paragraph 15(a), in the sum of $29 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in Paragraph 15(a) of this section. ; (c) Withholding for unpaid wages and liquidated damages. Purchaser shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by Vendor or a subcontractor under the purchase order or any other Federal contract with Purchaser, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by Purchaser, such sums as may be determined to be necessary to satisfy any liabilities of Vendor or its subcontractor for unpaid wages and liquidated damages as provided In the clause set forth in Paragraph (a). (d) Subcontracts. Vendor shall insert in any subcontracts over $100,000 for construction and other purposes that involve the employment of mechanics or laborers, the clauses set forth in Paragraphs (a) through (d) and also a clause requiring the subcontractors to include these clauses in any lower -tier subcontracts. RIGHTS TO INVENTIONS MADE UNDER A CONTRACT OR AGREEMENT: If the Federal award meets the definition of "funding agreement" under 37 CFR § 401.2 (a) and the recipient or subrecipient wishes to enter into a contract with Page 47 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that "funding agreement," the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. Vendor shall comply with these requirements when performing a purchase order Involving experimental, developmental or research work and flowdown this clause to lower -tier subcontractors performing such work. CLEAN AIR ACT (42 U.S.C. 7401 et seq.) and the FEDERAL WATER POLLUTION CONTROL ACT (33 U.S.C. 1251 et seq.), as amended: Vendor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401 et seq.) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251 et seq.). Violations shallbe reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). Vendor shall comply with the requirements of Clean Air Act and the Federal Water Pollution Control Act and include this clause in all lower -tier subcontracts with a value over $150,000. DEBARMENT AND SUSPENSION (E.O.s 12549 and 12689): By accepting or performing this purchase order, Vendor certifies that it is not identified in the Exclusions area of the System for Award Management as being currently debarred, suspended, proposed for debarment, or otherwise excluded ("SAM Exclusion"). Vendor shall obtain similar certifications from its lower -tier subcontractors for each subcontract in excess of $25,000 and Vendor shall not award lower -tier subcontracts in excess of $25,000 to an entity subject to a SAM Exclusion. LOBBYING RESTRICTIONS (31 U.S.C. 1352): By accepting or performing this purchase order, Vendor certifies that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Vendor shall also disclose to Purchaser any lobbying with non -Federal funds that takes place in connection with obtaining any Federal award or contract. Vendor shall flow down this clause and require this certification for lower -tier subcontractors with a subcontract of $100,000 or more. Vendor shall provide its disclosure and all disclosures received from lower -tier subcontractors to Purchaser. PROCUREMENT OF RECOVERED MATERIALS: A non -Federal entity that is a state agency or agency of a political subdivision of a state and its contractors must comply with section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. Vendor shall comply with this clause and include this clause in all lower -tier subcontracts. PROHIBITION ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT: (a) Recipients and subrecipients are prohibited from obligating or expending loan or grant funds to: (1) Procure or obtain; (2) Extend or renew a contract to procure or obtain; or (3) Enter into a contract (or extend or renew a contract) to procure or obtain equipment, services, or systems that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. As described in Public Law 115- 232, section 889, covered telecommunications equipment is telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities). Page 48 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions (I) For the purpose of public safety, security of government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities). (ii) Telecommunications or video surveillance services provided by such entities or using such equipment. (iii) Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, In consultation with the Director of the National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country. (b) In implementing the prohibition under Public Law 115-232, section 889, subsection (f), paragraph (1), heads of executive agencies administering loan, grant, or subsidy programs shall prioritize available funding and technical support to assist affected businesses, institutions and organizations as is reasonably necessary for those affected entities to transition from covered communications equipment and services, to procure replacement equipment and services, and to ensure that communications service to users and customers is sustained. (c) See Public Law 115-232, section 889 for additional information. DOMESTIC PREFERENCES FOR PROCUREMENTS: (a) As appropriate and to the extent consistent with law, the non -Federal entity should, to the greatest extent practicable under a Federal award, provide a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States (including but not limited to iron, aluminum, steel, cement, and other manufactured products). Vendor agrees to comply with the requirements of this clause and include the requirements of this clause in all subawards including all contracts and purchase orders for work or products under this award. (b) For purposes of this section: (1) "Produced in the United States" means, for iron and steel products, that all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States. (2) "Manufactured products" means items and construction materials composed in whole or in part of non- ferrous metals such as aluminum; plastics and polymer -based products such as polyvinyl chloride pipe; aggregates such as concrete; glass, including optical fiber; and lumber. Page 49 FLORIDA .\\ / SHERIFFS ASSOCIATION� COOPERATIVE FSA23-VEH21.0: Heavy Trucks and Buses Item Group Descriptions Item Groups Summary All bid items shall be built to manufacturer base specifications for the item or model number indicated and shall include all standard manufacturer equipment unless otherwise specified. If not already included in manufacturer base specifications, all vehicles shall include air conditioning. When requested by the purchaser, vendors must submit detailed specifications for the item and options offered. Vendors are responsible for providing a chassis (including front axle, rear axle, wheels, and tires) of sufficient GVWR to safely accommodate all options selected by the purchaser. In all areas of these specifications, bidders must comply with current Federal Motor Vehicle Safety Standards (FMVSS, where applicable), and National Highway Traffic Safety Administration (NHTSA) standards. Buses • Buses Electric: 19 to 20 Passenger Capacity Range, Van -Type Cutaway Chassis • Buses Electric: 20 to 52 Passenger Capacity Range, Conventional -Type Chassis • Buses Electric: 44 To 80 Passenger Capacity Range, Commercial -Type Chassis • Buses: 14 to 25 Passenger Capacity Range, Van -Type Cutaway Chassis • Buses: 20 to 52 Passenger Capacity Range, Conventional Truck -Type Cutaway Chassis • Buses: 33 to 54 Passenger Capacity Range, Commercial -Type, Rear Engine Chassis • Buses: 36 to 52 Passenger Capacity Range, Commercial -Type, Front Engine Chassis Cab and Chassis Trucks • Cab and Chassis Trucks Electric: 54,000 lbs. GVWR 4x6 Semi Tractor • Cab and Chassis Trucks Electric: Tilt Cab 26,000 lbs. GVWR (DRW) 4x2 • Cab and Chassis Trucks Electric: Conventional Cab 33,000 lbs. GVWR (DRW) 4x2* • Cab and Chassis Trucks: 17,500 lbs. GVWR (DRW) 4x2 • Cab and Chassis Trucks: 17,500 lbs. GVWR (DRW) 4x4 • Cab and Chassis Trucks: 25,500 lbs. GVWR (DRW) 4x2 • Cab and Chassis Trucks: 30,000 lbs. GVWR (DRW) 4x2 • Cab and Chassis Trucks: 52,000 lbs. GVWR Semi Tractor 4x6 • Cab and Chassis Trucks: 52,000 lbs. GVWR Truck 4x6 • Cab and Chassis: Tilt Cab (DRW) 4x2 • Mobile Command Unit/Critical Response Unit • Refuse Truck Electric: 60,000 lbs. GVWR 4x6 (cab and chassis only) • Refuse Truck: 60,000 lbs. GVWR 4x6 (cab and chassis only) • Refuse Truck: Compact 9.5 Cubic Yds. Self -Loading Refuse Truck • Tactical Armored Vehicles • Terminal Tractor* FSA23-VEH21.0: Heavy Trucks and Buses Item Group Descriptions * indicates new item group FLORIDA SHERIFFS ASSOCIATION COOPERATIVE P[I L . a: h :n r,nlri FSA23-VEH21.0: Heavy Trucks and Buses Item Group Descriptions Buses Electric: 19 to 20 Passenger Capacity Range, Van -Type Cutaway Chassis FSA Item Group Description • Electric Motor: 160 kW, 215 hp minimum • Batteries: 68 kW minimum • GVWR: 14,500 lbs. (approximate, sized to meet passenger capacity) • Passenger Seating: Seating for 19 passengers minimum COOPERATIVE FSA23-VEH21.0: Heavy Trucks and Buses Item Group Descriptions Buses Electric: 20 to 52 Passenger Capacity Range, Conventional -Type Chassis FSA Item Group Description • Electric Motor: 230 kW, 315 hp minimum • Batteries: 155 kW battery capacity minimum • GVWR: 23,500 lbs. (approximate, sized to meet passenger capacity) • Passenger Seating: Seating for 20 passengers minimum FSA23-VEH21.0: Heavy Trucks and Buses Item Group Descriptions Buses Electric: 44 To 80 Passenger Capacity Range, Commercial -Type Chassis FSA Item Group Description • Electric Motor: 230 kW, 315 hp • Batteries: 155 kW battery capacity (approximate) • GVWR: 36,000 lbs. (approximate, sized to meet passenger capacity) • Passenger Seating: Seating for 44 passengers minimum (;;RID SNFAIFfS ASSOCIATION COOPERATIVE f' il ll '.:Il iC, I P! I: 0,11 I G t' :1 FSA23-VEH21.0: Heavy Trucks and Buses Item Group Descriptions Buses: 14 to 25 Passenger Capacity Range, Van Type Cutaway Chassis FSA Item Group Description • Engine: Gas • Transmission: Automatic • GVWR: 10,350 Ibs. (approximate, sized to meet passenger capacity) • Passenger Seating: Seating for 14 passengers minimum FLORIDA SHERIFFS ASSOCIATION COOPERATIVE C l ; 2 , i, ; P 1, 1, ; F 1;1 FSA23-VEH21.0: Heavy Trucks and Buses Item Group Descriptions Buses: 20 to 52 Passenger Capacity Range, Conventional Truck -Type Cutaway Chassis FSA Item Group Description • Engine: 240 hp minimum, 6 -cylinder diesel • Transmission: Allison (or equivalent) 6 -speed automatic • GVWR: 23,500 lbs. (approximate, sized to meet passenger capacity) • Passenger Seating: Seating for 20 passengers minimum COOPERATIVE ; ; 1 [h h 1,J F5A23-VEH21.0: Heavy Trucks and Buses Item Group Descriptions Buses: 33 to 54 Passenger Capacity Range. Commercial -Type. Rear Engine Chassis FSA Item Group Description • Engine: 240 hp minimum, 6 -cylinder diesel • Transmission: Allison (or equivalent) 5 -speed automatic • GVWR: 36,000 lbs. (approximate, sized to meet passenger capacity) • Passenger Seating: Seating for 33 passengers minimum COOPERATIVE FSA23-VEH21.0: Heavy Trucks and Buses Item Group Descriptions Buses: 36 to 52 Passenger Capacity Range, Commercial -Type, Front Engine Chassis FSA Item Group Description • Engine: 240 hp minimum, 6 -cylinder diesel • Transmission: Allison (or equivalent) 5 -speed automatic • GVWR: 36,000 lbs. (approximate, sized to meet passenger capacity) • Passenger Seating: Seating for 36 passengers minimum FSA23-VEH2i.0: Heavy Trucks and Buses Item Group Descriptions Cab and Chassis Trucks Electric: 54.000 lbs. GVWR 4x6 Semi Tractor FSA Item Group Description • Electric Motor: 340 kW, 455 hp minimum • Transmission: 2 -speed transmission, differential mounted • Batteries: 375 kW storage capacity, frame mounted • GVWR: 54,000 Ibs. FLORIDA SHEA IFES ASSOCIATION COOPERATIVE FSA23-VEH21.0: Heavy Trucks and Buses Item Group Descriptions Cab and Chassis Trucks Electric: Tilt Cab 26,000 lbs. GVWR (DRW) 4x2 FSA Item Group Description • Electric Motor: 250 kW, 355 hp minimum • Transmission: Manufacturer's standard automatic transmission • Batteries: 282 kW storage capacity • GVWR: 26,000 Ibs. COOPERATIVE FSA23-VEH21.0: Heavy Trucks and Buses Item Group Descriptions (r_kdtJa Y.e4.15:4=r '81h.1c :t::..Y.1.,.3;1/n'[H.t}qj'.. .:Y«..:,.-v'�a:.:�'1:F1:.".'rY .9 ' .. ECj9 Cab and Chassis Trucks Electric: Conventional Cab 33.000 lbs. GVWR (DRW) 4X2 FSA Item Group Description • Electric Motor: 260 hp (peak) 185 (continuous) • Transmission: Direct drive (no transmission) • Batteries: 210 kW battery pack • GVWR: 33,000 lbs. FSA23-VEH21.0: Heavy Trucks and Buses Item Group Descriptions EXVIVIZO Cab and Chassis Trucks: 17,500 Ibs. GVWR (DRW) 4x2 FSA Item Group Description • Engine: Diesel engine, minimum 190 hp • Transmission: Manufacturer's standard automatic transmission • GVWR:17,500Ibs. COOPERATIVE PI 1 01: , . '! I' f P.IJA FSA23-VEH21.0: Heavy Trucks and Buses Item Group Descriptions Cab and Chassis Trucks: 17,500 lbs. GVWR (DRW) 4x4 FSA Item Group Description • Engine: Diesel engine, minimum 190 hp • Transmission: Manufacturer's standard automatic transmission • GVWR: 17,500 Ibs. 1SHEFLORIDA RIFFS ASSOCIATION COOPERATIVE I ,1 1 „ ,: I: 1, 1 *:)/ FSA23-VEH21.0: Heavy Trucks and Buses Item Group Descriptions AERTERIEFEERISEOEFS Cab and Chassis Trucks: 25,500 lbs. GVWR (DRW) 4x2 FSA Item Group Description • Engine: Diesel engine, minimum 200 hp • Transmission: Manufacturers standard automatic transmission or approved equivalent (with PTO provision) • GVWR: 25,500 Ibs. FLORIDA SNSBIFFS ASSOCIATION COOPERATIVE 1 131 11h- ii=J . I; !1,1 FSA23-VEH21.0: Heavy Trucks and Buses Item Group Descriptions Cab and Chassis Trucks: 30,000 Ibs. GVWR (DRW) 4x2 FSA Item Group Description • Engine: Diesel engine, minimum 200 hp • Transmission: Manufacturers standard automatic transmission or approved equivalent (with PTO provision) • GVWR: 30,000 Ibs. FLORIDA SHERIEFSASSOCIATION COOPERATIVE FSA23-VEH21.0: Heavy Trucks and Buses Item Group Descriptions Cab and Chassis Trucks: 52,000 Ibs. GVWR Semi Tractor 4x6 FSA Item Group Description • Engine: 350 hp 6 -cylinder diesel engine, manufacturer's 11L minimum • Transmission: 10 -speed manual with OD or approved equivalent • GVWR: 52,000 Ibs. FLORIbA SHERIFFS As achniou COOPERATIVE u it i; :: i au bi, r,;i FSA23-VEH21.0: Heavy Trucks and Buses Item Group Descriptions dz2'i5: EE...1G! cl.4.0R:e -.x ry;:;-•d isF+7 Cab and Chassis Trucks: 52.000 lbs. GVWR Truck 4x6 FSA Item Group Description • Engine: 350 hp 6 -cylinder diesel engine, manufacturer's 11L minimum • Transmission: 10 -speed manual with OD or approved equivalent • GVWR: 52,000 Ibs. COOPERATIVE FSA23-VEH21.0: Heavy Trucks and Buses Item Group Descriptions Cab and Chassis: Tilt Cab (DRW) 4x2 FSA Item Group Description • Engine: Manufacturer's standard diesel engine • Transmission: Manufacturer's standard automatic transmission • GVWR: 12,000 Ibs. t,7.7777'11"7 5:7:173 I/ FLORIDDA SHERIFFS ASSOCIATION COOPERATIVE FSA23-VEH21.0: Heavy Trucks and Buses Item Group Descriptions Mobile Command Unit/Critical Response Unit FSA Item Group Description • Manufacturer's standard equipment and specifications, and if not included, manufacturer installed power windows, power door locks, key FOB keyless entry. Must meet all FDOT and FMVSS safety standards. COOPERATIVE P L li l' I'. f! !i r Il i fl 1. " FSA23-VEH21.0: Heavy Trucks and Buses Item Group Descriptions Refuse Truck Electric: 60.000 lbs. GVWR 4x6 (cab and chassis only) FSA Item Group Description • Motor: Electric powered with the OEM recommended electric motor(s) for this application with no less than a 350kW rating • Batteries: Largest available battery for model bid, electric charging system on the truck must be SAE J1772 compliant • GVWR: 60,000 lbs. FLORlD� SNERIFFSASSRCIASION A FSA23-VEH21.0: Heavy Trucks and Buses Item Group Descriptions Refuse Truck: 60,000 lbs. GVWR 4x6 (cab and chassis only), FSA Item Group Description • Engine: 300 hp 6 -cylinder diesel engine, manufacturer's 11L minimum • Transmission: Allison 4500 RDS automatic transmission • GVWR: 60,000 Ibs. FLORIDA sIIENIFFS ASSOCIATION COOPERATIVE FSA23-VEH21.Q: Heavy Trucks and Buses Item Group Descriptions Refuse Truck: Compact 9.5 Cubic Yds. Self -Loading Refuse Truck FSA Item Group Description • Engine: 70 hp diesel engine, EPA compliant • Transmission: Hydrostatic transmission, four-wheel drive • GVWR: 12,900 Ibs. COOPERATIVE f'flll sl ;; I it :E f' ; r' ;I . FSA23-VEH21.0: Heavy Trucks and Buses item Group Descriptions Tactical Armored Vehicle FSA Item Group Description • Engine: 6.7LV-8 Turbo diesel, 330 hp • Transmission: 10 -speed automatic TorgShift with OD • GVWR: GVWR sized to built vehicle (19,500 lbs. approximate) COOPERATIVE I+,;is ,f :; I!U I I“H',1 FSA23-VEH21.0: Heavy Trucks and Buses Item Group Descriptions Terminal Tractor FSA Item Group Description • Engine: 173 hp diesel engine • Transmission: 7 -speed automatic (6 forward, 1 reverse) FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Table of Contents 1.0 GENERAL CONDITIONS 5 1.01 BID CORRESPONDENCE 5 1.02 PURPOSE 5 1.03 TERM OF CONTRACT 5 1.04 JURISDICTION 5 1.05 SHERIFF AS COUNTY CONSTITUTIONAL OFFICER 5 1.06 FUNDING 6 1.07 CURRENCY 6 1.08 GENERAL DEFINITIONS 6 1.09 ELIGIBLE PURCHASERS OF CONTRACT 8 1.10 LEGAL REQUIREMENTS 8 1.11 PATENTS & ROYALTIES 9 1.12 FEDERAL AND STATE STANDARDS 9 1.13 UNDERWRITERS' LABORATORIES 9 1.14 AMERICANS WITH DISABILITIES ACT 9 1.15 REASONABLE ACCOMMODATION 9 1.16 DISADVANTAGED BUSINESSES 9 1.17 ANTI -DISCRIMINATION 10 1.18 BEST COMMERCIAL PRACTICES 10 1.19 PUBLIC ENTITY CRIMES (PEC) 10 1.20 TAX EXEMPTION 10 1.21 ORDER OF PRECEDENCE IN THE EVENT OF CONFLICT 11 1.22 COMMUNICATIONS 11 1.23 CLARIFICATION AND ADDENDA 11 1.24 SIGNED BID CONSIDERED AN OFFER 12 1.25 ASSIGNMENT OF CONTRACT 12 1.26 TERMINATION OF PRODUCT LINE 12 1.27 DEMONSTRATION OF COMPETENCY 12 1.28 VENDOR ABILITY TO PERFORM 13 Page 1 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.29 FINANCIAL RESPONSIBILITY 13 1.30 QUALITY AND SAFETY 13 1.31 NONCONFORMANCE 14 1.32 GRATUITIES 14 1.33 TIE BIDS 14 1.34 RIGHT TO AUDIT 14 1.35 LICENSES AND PERMITS 15 1.36 PERFORMANCE BONDS 15 1.37 ELIMINATION FROM CONSIDERATION 15 1.38 INDEPENDENT PREPARATION 15 1.39 DEFAULT 16 1.40 PROTESTS AND ARBITRATION 16 1.41 NONPERFORMANCE 17 1.42 SEVERABILITY 18 1.43 TERMINATION FOR CAUSE 18 1.44 TERMINATION WITHOUT CAUSE 18 1.45 CONTRACT ADVERTISEMENT AND USE OF FSA LOGO 19 2.0 BIDDER INSTRUCTIONS 20 2.01 QUALIFICATION 20 2.02 LICENSING AND FACILITIES 20 2.03 INSURANCE AND INDEMNIFICATION 21 2.04 SPECIFICATIONS 23 2.05 SEALED BIDS 23 2.06 MISTAKES 23 2.07 EXCEPTIONS 23 2.08 EQUIVALENTS 23 2.09 MANDATORY PRE -BID MEETING 24 2.10 PRICES QUOTED - HEAVY TRUCKS AND BUSES AND EQUIPMENT INVITATIONS TO BID 24 2.11 PRICES QUOTED - PURSUIT, ADMINISTRATIVE AND OTHER VEHICLES INVITATION TO BID 24 Page 2 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 2.12 PURSUIT, ADMINISTRATIVE, AND OTHER VEHICLES CONTRACT COST -PLUS -PERCENT PRICING 25 2.13 OPTION PRICING - EQUIPMENT INVITATION TO BID 26 2.14 OPTION PRICING - HEAVY TRUCKS AND BUSES AND PURSUIT, ADMINISTRATIVE AND OTHER VEHICLES INVITATIONS TO BID 27 2.15 EMERGENCY LIGHTS AND SIRENS 28 2.16 BID SUBMISSION 29 2.17 ZONE BIDDING 30 2.18 EXECUTION OF BID 30 2.19 MODIFICATION OR WITHDRAWALS OF BIDS 30 2.20 LATE BIDS 30 2.21 BID OPENING 30 2.22 DETERMINATION OF RESPONSIVENESS 31 2.23 RESPONSIBLE BIDDER CRITERIA 31 2.24 BASIS FOR AWARD 31 2.25 BID TABULATIONS 32 2.26 MINOR IRREGULARITIES/RIGHT TO REJECT 32 2.27 CONE OF SILENCE 32 3.0 CONTRACT CONDITIONS 33 3.01 GENERAL REQUIREMENTS 33 3.02 STATEMENT OF AUTHORITY 33 3.03 VENDOR CONTACT INFORMATION 33 3.04 ADDITIONS OR DELETIONS 33 3.05 CONTRACT EXTENSION 33 3.06 PRICE ADJUSTMENT 34 3.07 CONDITIONS 34 3.08 PRODUCTION CUTOFF 35 3.09 FACILITIES 35 3.10 PURSUIT RATED VEHICLES & MOTORCYCLES 35 3.11 SPECIAL SERVICE VEHICLES 35 3.12 CAB AND CHASSIS PURCHASES 35 Page 3 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 3.13 FACTORY -INSTALLED OPTIONS 35 3.14 VENDOR -INSTALLED OPTIONS 36 3.15 NON-SCHEDULED OPTIONS 36 3.16 FORCE MAJEURE 36 3.17 PURCHASE ORDERS 36 3.18 REGISTRATION, TAG, AND TITLE 37 3.19 DELIVERY 37 3.20 INSPECTION AND ACCEPTANCE 38 3.21 INVOICING AND PAYMENTS 38 3.22 WARRANTY 39 3.23 QUARTERLY REPORTS 39 3.24 ADMINISTRATIVE FEE 39 3.25 LIQUIDATED DAMAGES 40 Appendix A: Zone Map 42 Appendix B. Bid Calendar 43 Appendix C: ACH Payments 45 Appendix D: Federal Clauses 46 Page 4 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.0 GENERAL CONDITIONS 1.01 BID CORRESPONDENCE All correspondence regarding this bid should be directed to the Florida Sheriffs Association, "FSA". Please be sure to reference the bid number and title and provide your contact information. Communication for this invitation to Bid should be identified by contract number and title and directed to: Florida Sheriffs Association Attn: Cooperative Purchasing Program Coordinator 2617 Mahan Drive Tallahassee, FL 32308 E-mail: CPPCaflsheriffs.org 1.02 PURPOSE The Florida Sheriffs Association invites interested Bidders, including manufacturers and dealers or authorized representatives to submit responses in accordance with these solicitation documents. The FSA Cooperative Purchasing Program will conduct the solicitation process and administer the resulting contract. The purpose of thls bid is to establish contracts with manufacturers and manufacturer's authorized dealers for contract terms specified under Section 1.03 for the purchase of items on a "no trade-in basis." 1.03 TERM OF CONTRACT The term for Contracts FSA23-VEL31.0 Pursuit, Administrative and Other Vehicles and FSA23-VEH21.0 Heavy Trucks and Buses shall remain in effect for one year from date of contract execution by the FSA, and may be extended by mutual agreement, at the sole option and discretion of the FSA. The initial term of these contracts begins October 1, 2023, and ends September 30, 2024. The term for Contract FSA23-ECIU21.0 Equipment shall remain in effect for two years from date of contract execution by the FSA, and may be extended by mutual agreement, at the sole option and discretion of the FSA. The initial term of this contract begins October 1, 2023, and ends September 30, 2025. Contract extensions will only be executed when the FSA determines, based on then -existing conditions, that it is in the best interest of the FSA and the purchasers to do so. 1.04 JURISDICTION This Agreement shall be governed by and construed in accordance with the laws of the State of Florida. Venue shall lie in the appropriate court In and for Leon County, Florida. 1.05 SHERIFF AS COUNTY CONSTITUTIONAL OFFICER The Offices of the Sheriff in the State of Florida are constitutional offices of the State of Florida. Each has the authority either individually or collectively to execute contracts for all goods and services for the proper conduct of that office. Section 30.53, Florida Statutes, exempts the sheriffs' offices from the provisions of the Florida Statute that would otherwise require sealed and competitive bidding procedures. Page 5 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions The Office of the Sheriff is not required by law to accept the lowest priced proposal and may reject any or all of the proposals without recourse. Bidders are solely responsible for their own bid preparation costs and nothing in this solicitation in any way obligates the participating sheriffs' offices for any payment for any activity or costs incurred by any Bidder in responding to this solicitation. 1.06 FUNDING In the case of certain purchasers, including state agencies, funds expended for the purposes of the contract must be appropriated by the Florida Legislature, the individual participating agency or the agency's appropriating authority for each fiscal year included within the contract period. For such agencies, their performances and obligations to pay for products or services under any resulting contract, or purchase order, are contingent upon such an annual appropriation by the Legislature, individual agency or by the appropriating authority. Therefore, any contract or purchase order with such an agency shall automatically terminate without penalty or termination costs in the event of non -appropriation. 1.07 CURRENCY All transaction amounts, bids, quotes, provisions, payments or any part of this contract relating to currency are to be made in United States Dollars. L08 GENERAL DEFINITIONS The terms used in this contract are defined as the following: A. Base Specification: Written descriptions of the minimum requirements for each item or item group developed by the FSA CPP for Bidders to bid on. These item requirements may be unique to FSA CPP and require additional components to the manufacturer's standard item. B. Bid System: The online forum used for the submission of bids and review of bid results for the specifications connected to this Invitation to Bid. VendorLink is the software used for this bid. C. Bidder: A bidder or enterprise that submits a formal bid to the Florida Sheriffs Association Cooperative Purchasing Program in accordance with the Florida Sheriffs Association Cooperative Purchasing Program Terms and Conditions. A bidder, that is not the manufacturer, must be authorized by the manufacturer to market and sell an item for which they are bidding. D. Build sheet: A document from the Bidder that confirms that the item submitted by Bidders meets or exceeds the FSA CPP Base Specification. Build sheets include, but are not limited to, the factory options list and door data plate information for vehicles that include details such as engine size and transmission, paint codes, production date, axle code, etc. E. Dealer: An enterprise authorized by the manufacturer to market, sell, provide, and service the items for the Florida Sheriffs Association Cooperative Purchasing Program. Dealers may be Vendor -owned and controlled, in whole or in part, or independently owned and controlled. F. End User: A term used to distinguish the person who ultimately uses or Is intended to use a product or for whom a product is designed for use. Page 6 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions G. Factory: Refers to the manufacturer produced products. H. Fleet Advisory Committee (committee): An employee of a sheriff's office or other local governmental agency, or person who FSA CPP Identifies as a subject matter expert who assists with the development of bid specifications and evaluation of bid responses. The committee makes recommendations to the FSA CPP and is not responsible for final awards. I. Florida Sheriffs Association Cooperative Purchasing Program (FSA CPP): The entity that administers the Invitation to Bid and contract administration functions for the resulting contract(s). J. Invitation to Bid: A competitive solicitation and award process established through the issuance of an invitation to Bidders, vendors, clearers and manufacturers to submit a price offer on a specific product to be provided. This term shall include the Bid Specifications available to Bidders on the Bid System and references to solicitation documents. The term shall not include requests for proposals, requests for quotes, requests for letters of interest, or the solicitation of purchase orders based on oral or written quotations. K. Manufacturer: The original producer or provider of items offered on this contract. L. Manufacturer's Suggested Retail Price (MSRP): Manufacturer's Suggested Retail Price (MSRP) represents the Manufacturer's recommended retail selling price, list price, published list price, or other usual and customary price that would be paid by the purchaser. The following are acceptable sources of current MSRPs and MSRP Lists for use in submission of the bid solicitation and the resulting contract: a. Manufacturer's Computer Printouts b. Chrome Systems, Inc.'s PC Carbook Plus and PC Carbook Fleet Edition c. Manufacturer's Annual U.S. Price Book ._ d. Manufacturer's official website M. Non -Scheduled Option: Any optional new or unused component, feature or configuration that is not included or listed in the Base Specifications or options provided by the Vendor. N. Production Cutoff: A date used by manufacturers to notify vendors and dealers that the manufacturer has reached maximum capacity for orders or are discontinuing the production of an item. Vehicle manufacturers use this term when referring to any given model year for production. 0. Published List Price: A standard "quantity of one" price currently available to government and educational purchasers, excluding cooperative or volume discounts. P. Purchase Order: A request for order from a purchaser to an awarded Vendor for an item that has been awarded on this contract. Purchase Orders placed using this contract formalize the terms and conditions of this contract under which a Vendor furnishes items to a purchaser. Q. Purchaser: A purchaser is an entity that seeks to obtain items awarded on this contract by meeting the eligible user criteria. R. Qualification Packet: This document contains the required forms, attestations, authorizations, and organizational information needed by Bidders to submit a successful and complete bid. Page 7 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions S. Terms & Conditions: This document, which serves as the governing Invitation to Bid and contract for the identified FSA CPP Invitation to Bid and resulting contract(s). Standard regulations, processes, procedures, and compliance requirements are identified herein. Bidders complete a qualification packet during the bid process indicating they agree to comply with the Terms & Conditions, and that this will serve as a contract for both parties, should the Bidder(s) receive award. T. Third Party Supplier: Businesses external to a Bidder or Vendor that provide products and services which contribute to the overall finished item in this contract. Third Party Suppliers are contractors under the direction and responsibility of the Bidder or Vendor. U. Vendor: The Bidder(s) that receive award, who agree to provide the contract items that meet the requirements and Base Specifications of the contract. The Vendor must agree to the Terms & Conditions, which will serve as the governing contract. If the Vendor is not the manufacturer, the Vendor must be authorized by the manufacturer to market, sell, provide, and service all awarded items. V. Vendor Installed: A product or service provided by the Vendor or other third party; not the factory. 1.09 ELIGIBLE PURCHASERS OF CONTRACT Awarded bid contract prices, will be extended and guaranteed to the Florida Sheriffs Association, any unit of local government, political subdivision or agency of the State of Florida. This includes, but is not limited to counties, municipalities, sheriffs' offices, clerks, property appraisers, tax collectors, supervisors of elections, school boards or districts, water management districts, other special districts, police and fire departments, emergency response units, state universities and colleges, or other state, local or regional government entities within the State of Florida. Eligible purchaser also includes all Eligible Users as defined in F.A.C. 60A-1.001(2). All purchasers are bound by applicable Federal and State law, local ordinances, rules and regulations for purchases made under this contract. Participating agencies cannot guarantee any order other than those ordered by the individual agency. In addition, awarded bids can be extended and guaranteed to other entities, which can include out-of-state sales, in accordance with Vendors' individual manufacturers' agreements. Vendors that wish to extend contract pricing to entities other than those defined here are governed by their manufacturers' agreements andmust agree to the Terms & Conditions. 1.10 LEGAL REQUIREMENTS Federal, State, and local laws, ordinances, rules and regulations, including any applicable motor vehicle dealer laws, that in any manner affect the items covered herein apply. Lack of knowledge by the Bidder of applicable legal requirements will in no way be a cause for relief from responsibility. Bidders have the option to certify that they are willing to accept purchase orders funded in whole or In part with federal funds. By opting in, Bidders certify that they are willing to comply with the requirements outlined in Appendix D upon receipt of a federally funded purchase order. This is not a requirement of the Invitation to Bid or contract. Bidders are not required to opt -in; however, they are required to indicate whether they will opt -in or opt - out of receiving federally funded purchase orders. F5A CPP has taken actions to provide and develop information, materials, and resources for Bidders, Vendors and purchasers that will assist in the use of federal funding with this Page 8 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions contract. It is the responsibility of the purchaser to determine compliance for each Vendor, if they wish to use federal funds for purchase or intend to request reimbursements using federal funds. 1.11 PATENTS & ROYALTIES The Bidder/Vendor, without exception, shall indemnify and hold harmless the Florida Sheriffs Association (FSA) and its employees from liability of any nature or kind, including costs and expenses for, or on account of, any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by the FSA or a purchaser. If the Bidder/Vendor uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception, that the bid prices shall include all royalties or costs in any way arising, directly or indirectly, from the use of such design, device, or materials in any way involved in the work. 1.12 FEDERAL AND STATE STANDARDS It Is the intent of FSA CPP that all specifications herein are in full and complete compliance with all Federal and State of Florida laws, requirements, and regulations applicable to the type and class of commodities and contractual services being provided. In addition, any applicable Federal or State legal or regulatory requirements that become effective during the term of the Terms & Conditions, regarding the items and services specifications, safety, and environmental requirements shall immediately become a part of the Terms & Conditions. The Vendor shall meet or exceed any such requirements of the laws and regulations. If an apparent conflict exists, the Vendor shall contact the FSA CPP immediately_ 1.13 UNDERWRITERS' LABORATORIES Unless otherwise stipulated in the bid, all manufactured items and fabricated assemblies shall be Underwriters' Laboratories, or U.L., listed or re-examination listing where such has been established by U.L. for the item(s) offered and furnished. 1.14 AMERICANS WITH DISABILITIES ACT To request this material in accessible format, sign language interpreters, information on access for persons with disabilities, or any accommodation to review any document or participate in any FSA sponsored proceeding, please contact FSA Human Resources at (850) 877-2165 five business days in advance to initiate your request. TTY users may also call the Florida Relay Service at 711. 1.15 REASONABLE ACCOMMODATION In accordance with the Title II of the Americans with Disabilities Act, any person requiring an accommodation because of a disability at the bid opening must contact the FSA Human Resources at (850) 877-2165. 1.16 DISADVANTAGED BUSINESSES As part of the solicitation process FSA CPP makes information publicly available to potentially qualified entities, and conducts additional outreach to qualified: Page 9 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program • Contract Terms and Conditions • Small businesses, • Minority -owned small businesses, • Women -owned small business enterprises, and • Disadvantaged business enterprises. FSA CPP takes necessary affirmative steps to ensure that minority businesses, women's business enterprises, and labor surplus area firms are used, when possible, as recommended by 2 C.F.R. § 200.321. FSA CPP will: • Evaluate whether small, minority, and women's businesses are potential sources, • Place those qualified small and minority businesses and women's business enterprises on solicitation lists, and • Search the Small Business Administration, Minority Business Development Agency, and Labor Surplus Area reports for additional potential sources. Bidders self -certify in the qualification packet whether they meet the state and federal definitions of a small business, minority -owned small business, women -owned small business enterprise, and disadvantaged business. 1.17 ANTI -DISCRIMINATION The Bidder certifies that they are in compliance as applicable by federal or state law with the non-discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race, color, religion, sex or national origin. 1.18 BEST COMMERCIAL PRACTICES The apparent silence or omission of any description from the specifications shall be regarded as meaning that only the best commercial practices, size, and design are to be used. All workmanship is to be first quality. All interpretations of this specification shall be upon the basis of this statement. 1.19 PUBLIC ENTITY CRIMES (PEC) In accordance with the Public Entity Crimes Act, Section 287.133, Florida Statutes, a person or affiliate who has been placed on the convicted vendor list maintained by the State of Florida Department of Management Services following a conviction for public entity crimes may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a vendor, supplier, sub -vendor, or consultant under a contract with a public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 1.20 TAX EXEMPTION Purchasers making a purchase pursuant to the awarded bid are generally exempt from Federal Excise and State Sales Tax. It Is the responsibility of the Vendor to verify that the purchaser is exempt by obtaining the purchaser's Federal Excise and State Taxes and Use Certificate Number. The Florida Sheriffs Association is a 501(c)3 organization and is exempt from all Federal Excise and State Taxes. The FSA State Sales Tax and Use Certificate Number is 85-8012646919C-3. Page 10 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.21 ORDER OF PRECEDENCE IN THE EVENT OF CONFLICT In the event of conflict, the conflict may be resolved In the following order of priority (highest to lowest): • Addenda to Contract Terms & Conditions, if issued • Contract Conditions • General Conditions • Addenda to Bid Specifications, If issued • Bid Specifications • Bidder Instructions 1.22 COMMUNICATIONS Communications between a Bidder, lobbyist or consultant and FSA are limited to matters of process or procedure and shall be made in writing to the FSA CPP Staff. Bidders should not rely on representations, statements, or explanations other than those made in this Invitation to Bid or in any written addendum to this Invitation to Bid, and no oral representations, statements, or explanations shall be deemed to bind the FSA or eligible users. 1.23 CLARIFICATION AND ADDENDA Any questions or clarifications concerning the Invitation to Bid shall be submitted to FSA CPP by e-mail to CPP@flsheriffs.org with the bid title and number referenced on all correspondence. Final questions must be received by the date for Request for Clarification stated on the Bid Calendar. Questions and answers will be posted to the FSA CPP website on the date indicated on the Bid Calendar. Questions received during the cone of silence date listed an the bid calendar will not be addressed, except as provided herein. Interpretation of the specifications or any solicitation documents will not be made to the Bidder verbally, and If any verbal clarifications are provided, they are without legal effect. FSA CPP will make every attempt to e-mail updates to registered Bidders. However, posting to the FSA CPP website or the Bid System constitutes proper notice of addenda. The FSA CPP shall issue a Formal Addendum if substantial changes that impact the submission of bids are required. Any such addenda shall be binding on the Bidder and shall become a part of the solicitation document. In the event of conflict with the original specifications, addenda shall govern to the extent specified. Subsequent Formal Addenda shall govern over prior Formal Addenda only to the extent specified. The FSA will not be responsible for any explanation or interpretation made verbally or in writing except those made through the posting of a Formal Addendum. The bid submission constitutes acknowledgment of addenda to the Bid Specifications. Bids that fail to account for the specification addenda shall be determined to be nonresponsive; however, the FSA CPP may waive this requirement when in its best interest. After the start of the contract term, FSA CPP will notify all Vendors of any addenda and will require acknowledgement of the new terms and conditions. If the Vendor does not agree to the new terms and conditions, the Vendor's award can be removed or replaced by another Vendor or qualified responsive bidder. Page 11 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.24 SIGNED BID CONSIDERED AN OFFER The signed bid shall be considered an offer on the part of the Bidder, which offer shall be deemed accepted upon approval by the FSA CPP. The bid submission must be signed by an authorized representative. Submission of a bid in the FSA CPP Bid System constitutes a signed bid for purposes of bid evaluation. An electronic signature may be used and shall have the same force and effect as a written signature. 1.25 ASSIGNMENT OF CONTRACT No right or interest in this contract may be assigned, transferred, conveyed, sublet or otherwise disposed of, without prior written consent of the FSA CPP. If the original Vendor sells or transfers all assets or the entire portion of the assets used to per -form this contract, a successor -in -interest must perform all obligations under this contract. FSA CPP reserves the right to reject the acquiring entity as Vendor. A change of name agreement will not change the contractual obligations of the Vendor. In the event a manufacturer reassigns the product line to an alternate company, the Vendor is required to notify the FSA CPP in writing of the change within 10 business days of the reassignment. If the Vendor is not already an approved FSA CPP Vendor, the alternate company is required to submit a Qualifications Packet to the FSA CPP to become an approved Vendor prior to conducting any qualified sales. FSA CPP may approve such assignments of existing or new vendors at its discretion. The Vendor is required to honor the contract pricing and all of the applicable Terms & Conditions throughout the remaining term of the contract. 1.26 TERMINATION OF PRODUCT LINE If a Vendor terminates a product line (manufacturer or brand}, the Vendor is required to notify the FSA CPP within 10 business days of the decision not to retain the product line. FSA CPP may remove the terminated products from the contract. 1.27 DEMONSTRATION OF COMPETENCY Bidders must be able to demonstrate a good record of performance for a reasonable period of time, and have sufficient financial support, equipment and organization to ensure they can satisfactorily execute the services if awarded a contract under the terms and conditions herein stated. The terms "equipment" and "organization" as used herein shall be construed to mean a fully equipped and well - established company in line with the best business practices in the industry and as determined by the FSA CPP. The FSA CPP may consider any evidence available and may require submission of supporting documentation regarding the financial, technical and other qualifications and abilities of a Bidder, including past performance with the FSA CPP in making the award. FSA CPP may inspect the Bidder's facility prior to the award of contract. Bids will only be considered from firms which are regularly engaged in the business of providing the goods or services described in this Invitation to Bid. Information submitted in the bld may not be plagiarized and, except in the case of materials quoted from this solicitation or developed by the manufacturer, must be the original work of the individual or company that submits the bid for evaluation. Page 12 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.28 VENDOR ABILITY TO PERFORM The FSA CPP may require Bidders to show proof that they have been designated as authorized representatives of a manufacturer or supplier, which is the actual source of supply. In these instances, the FSA CPP may also require information from the source of supply regarding the quality, packaging and characteristics of the products. Any conflicts between this material information provided by the source of supply and the information contained in the bid submission may render the bid nonresponsive. During the contract period, FSA CPP may review the Vendor's record of performance and may require submission of supporting documentation to ensure that the Vendor is providing sufficient financial support, equipment and organization. If the FSA CPP determines that the Vendor no longer possesses the financial support, equipment and organization in order to comply with this section, FSA has the authority to immediately terminate the contract. By responding to this Invitation to Bid, the Vendor warrants that, to the best of his or her knowledge, there is no pending or threatened action, proceeding, or investigation, or any other legal or financial condition, that would in any way prohibit, restrain, or diminish the Vendor's ability to satisfy the obligations of a resulting contract. The Vendor warrants that neither it nor any affiliate Is currently on the convicted vendor list maintained pursuant to section 287.133 of the Florida Statues, or on any similar list maintained by any other state or the federal government. The Vendor shall immediately notify the FSA CPP and purchaser in writing if its ability to perform is compromised in any manner during the term of the contract. 1.29 FINANCIAL RESPONSIBILITY Bidder affirms by the submission of the bid and by signature on the contract signature form that the Bidder: • Has fully read and understands the scope, nature, and quality of work to be performed or the services to be rendered under this bid and has adequate facilities and personnel to fulfill such requirements. • Accepts the financial responsibility associated with this bid and declares that they have the access to capital (in the form of liquidity or credit lines) in order to meet the financial demands of such award. • Has assessed the financial responsibility required to serve the contract as bid, including such details as the obligations to perform all items bid, zones bid, and quantities that could be ordered, as well as timing of payment from purchasers, which can be 45 calendar days from receipt of invoice. 1.30 QUALITY AND SAFETY All materials used for the manufacture or construction of any supplies, materials or equipment covered by this bid shall be new. The items bid must be new, the latest model, of the best quality, and highest -grade workmanship that meet or exceed federal safety standards. Items requiring certification should require certification of options in cases where non -certified options could result in the decertification of the original product or warranty. In all cases where options are not certified, the Vendor must disclose to the end user that the non -certified options are not required to be certified. All options must meet or exceed federal safety standards. Page 13 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.31 NONCONFORMANCE Items may be tested for conformance with specifications. Items delivered that do not conform to specifications may be rejected and returned at the Vendor's expense. Any violation of these stipulations may also result in: • Vendor's name being removed from the awarded vendor Iist. • FSA and purchasers being advised not to do business with Vendor. 1.32 GRATUITIES Bidders shall not offer any gratuities, favors, or anything of monetary value to any official, employee, or agent of the FSA, for the purpose of influencing consideration of this bid. Bidders shall disclose in writing any conflicts of interest to FSA prior to any award, or as soon as practicable after learning of any such conflict, including any contractual or employment relationships with FSA or potential purchasers of Bidders' products or services. 1.33 TIE BIDS FSA CPP has the right to award multiple Bidders the primary or alternate award in the event of a tie. In the event the FSA CPP desires to break tie bids, and businesses have qualifying drug -free work programs, the award will be made using the following criteria: • Bidder within the State of Florida • Vendors' performance record with purchasers • Coin Toss 1.34 RIGHT TO AUDIT f Vendor shall establish and maintain a reasonable accounting system that enables FSA CPP to readily identify Vendor's sales. FSA CPP and its authorized representatives shall have the right to audit and to make copies of all related records pertaining to this contract, including all government sales and eligible user information, whether kept by or under the control of the Vendor, Including, but not limited to those kept by its employees, agents, assigns, successors, sub -vendors, or third -party suppliers in whatever form they may be kept — written or electronic. Such records shall include, but not be limited to: • Accounting records, including but not limited to purchase orders, confirmation of orders or invoices, paid vouchers, cancelled checks, deposit slips, ledgers, and bank statements; • Written policies and procedures; • Subcontract files (including proposals of successful and unsuccessful Bidders, bid recaps, etc.); • Original estimates, quotes, or work sheets; • Contract amendments and change order files; • Insurance documents; or • Memoranda or correspondence. Vendor shall maintain such records during the term of this contract and for a period of three (3) years after the completion of this contract. At the Vendor's expense and upon written notice from FSA CPP, the Vendor shall provide such records for inspection and audit by FSA CPP or its authorized representatives. Such records shall be made available to FSA CPP during normal business hours within three business days of receipt of the written notice. FSA CPP may select the Vendor's place of business or offsite location for the audit. The FSA CPP may also request the Vendor provide requested records via e-mail. Page 14 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Vendor shall ensure FSA has these rights with Vendor's employees, agents, assigns, successors, and third -party suppliers, and the obligations of these rights shall be explicitly included in any subcontracts or agreements formed between the Vendor and any sub -vendors to the extent that those subcontracts or agreements relate to fulfillment of the Vendor's obligations to FSA. Professional fees, personnel costs and travel costs incurred by FSA under its authority to audit and not addressed elsewhere will be the responsibility of the FSA. However, if the audit identifies underreporting, overpricing or overcharges (of any nature) by the Vendor to FSA or a purchaser in excess of three percent (3%) of the total contract billings, the Vendor shall reimburse FSA for the total costs of the audit not to exceed $5,000. If the audit discovers substantive findings related to fraud, misrepresentation, or non-performance, FSA nliay recoup all the costs of the audit work from the Vendor. Any adjustments or payments that must be made as a result of any such audit or inspection of the Vendor's invoices or records shall be made within a reasonable amount of time (not to exceed 60 calendar days) from presentation of FSA's findings to Vendor. FSA has the right to assess damages or seek reimbursements or refunds based on audit results. 1.35 LICENSES AND PERMITS The Bidder shall obtain and pay for all licenses, permits and inspection fees for this bid submission and any resulting contract. Where Vendors are required to enter or go onto FSA or purchaser property to deliver materials or perform work or services as a result of a bid award, the Vendor will assume the full duty, obligation and expense of obtaining all necessary licenses, permits and insurance. The Bidder must, by the time of award, be registered to do business in the State of Florida on SunBiz.gov. 1.36 PERFORMANCE BONDS Purchasers may request a performance bond from a Vendor. Performance bonds are recommended with pre- payment and will be at the expense of the requesting agency. Purchasers should determine the best practice in comparing performance bond expense against any prior discounts that may be available. 1.37 ELIMINATION FROM CONSIDERATION This Invitation to Bid shall not be awarded to any person or Bidder who has outstanding debts to the FSA, whether in relation to current or previous bid awards or for other business purposes. 1.38 INDEPENDENT PREPARATION A Bidder shall riot, directly or indirectly, collude, consult, communicate or agree with any other Bidder as to any matter related to the bid each Is submitting. Additionally, a Bidder shall not induce any other Bidder to modify, withdraw, submit, or not submit a bid. Bidders or Vendors who are found to have engaged in these acts will be considered nonresponsive and will be suspended or barred from bid participation. Any contract award resulting from these acts may be terminated for Page 15 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions default. Further, any such acts detected by the FSA may be reported to relevant law enforcement and/or prosecutorial agencies. Bidders may submit multiple bids without violating this provision if the bid submitted is not from the same manufacturer and product line. Dealers that share the same ownership may submit multiple bids without violating this provision if the Bidders are not in the same region featuring the same manufacturer and product line. 1.39 DEFAULT In case of default on the part of Vendor, the FSA CPP may take necessary steps to otherwise procure the products sought, including but not limited to procuring the products or services from the next highest ranked Bidder or from other sources. A defaulting Vendor may be held liable for costs incurred by the FSA in procuring replacement products. 1.40 PROTESTS AND ARBITRATION Any person who is adversely affected by the decision or intended decision to award shall file a "Notice of Protest" in writing to the FSA CPP within three (3) business days after the posting of the Intent to Award and shall file a forma! written protest within five (5) business days after filing the Notice of Protest. Failure to file both a notice of protest and a formal written protest within the above referenced timelines shall constitute a waiver of proceedings. The burden is on the party protesting the award of the bid to establish grounds for invalidating the award(s). The formal written protest must state with particularity the facts and law upon which the protest is based. Options are for informational purposes only and will not serve as a basis for protest. Failure to do so will result in a denial of protest. Formal written protest which states with particularity the facts and law upon which the protest is based will be reviewed by FSA legal counsel for legal soundness and validity, and corrective action will be taken as needed contingent upon the validity of such claims. However, any additional time required and cost incurred by the FSA to substantiate a protesting party's claims) beyond the normal scope of its legal review due to the vague or inconclusive nature of the protesting party's filing will be reimbursable to the FSA and deducted from the protesting party's bond or security which must accompany their filing. Any Bidder who files an action protesting a decision or intended decision pertaining to this contract shall post a bond, cashier's check or money order payable to the Florida Sheriffs Association in the amount equal to ten percent of the item being protested. The bond, cashier's check or money order must be filed at the time of filing the formal written protest or within the five (5) business day period allowed for filing the formal written protest. FSA CPP will provide the amount required within two (2) business days of the notice of protest received. This bond or security will be conditioned upon the payment of all costs which may be adjudged against the protesting party in a court of law and/or to reimburse the FSA for additional legal expenses incurred and required to substantiate the protesting party's claim(s). Failure to post the bond or security requirement within the time allowed for filing will result in a denial of protest. The filing of the protest shall not stay the implementation of the bid award by the Florida Sheriffs Association. Should the unsuccessful Bidder(s) decide to appeal the decision of the FSA, they shall file a notice to FSA CPP within three (3) business days of the FSA bid protest decision regarding their intent to request arbitration. A demand for arbitration with the American Arbitration Association's (AAA) commercial panel under its rules and regulations must be made within ten (10) business days of the FSA bid protest decision. Any person who files for an arbitration with the AAA shall post with the Florida Sheriffs Association at the time of filing the formal written arbitration request, a bond, cashier's check or money order payable to the Florida Sheriffs Association in the Page 16 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions amount equal to ten percent of the product line being protested. This amount will be the same amount as the FSA CPP provided at the time of filing the initial protest. Failure to provide written notice to FSA CPP, file a demand for arbitration with the AAA, or failure to post the required bond and security requirement within the specified timelines shall constitute a waiver of arbitration proceedings. By responding to this procurement, the Bidder expressly agrees to the use of mandatory binding arbitration to resolve any appeals of the decision of the FSA, and any claims arising from or in any way relating to the procurement process, and expressly waives any and all rights that it may otherwise have to pursue such claims in any other forum, judicial or otherwise. If the party filing for arbitration does not prevail, it shall pay all costs, legal expenses and attorney fees of the prevailing party incurred in connection with the arbitration. However, if the filing party prevails, the parties shall share equally the fees and expenses of the arbitration and AAA and each shall bear the cost of their own attorney fees. The filing for arbitratioh shall not stay the implementation of the bid awa}d by the Florida Sheriffs Association. 1.41 NONPERFORMANCE By virtue of the bid submission, Bidder acknowledges its obligation to sell items in all zones for which it is awarded. Upon award, failure of the Vendor to comply with these requirements may result in the imposition of liquidated damages of up to $1,000 per item, which amount the Vendor agrees is reasonable, or probation, suspension, termination or a combination thereof from current and future bids at the FSA CPP's discretion. The Vendor shall at all times during the contract term remain responsive and responsible. In determining Vendor's responsibility, the FSA CPP shall consider all information or evidence that demonstrates the Vendor's ability or willingness to fully satisfy the requirements of the Terms & Conditions. Vendors that are not in compliance with any of the provisions of this contract can be assessed liquidated damages, suspended or terminated from the contract. The FSA CPP at its sole discretion may remove a noncompliant Vendor from future competitive bid solicitations; or take other actions including suspension from the contract until compliance issues are resolved, limit current or future vendor participation by items or zones, or other actions as determined by FSA CPP at its sole discretion. At FSA CPP's discretion, Vendors may be required to develop corrective action plans to address contract compliance. Failure to abide by corrective action plans will result termination from the existing contract and future competitive bid solicitations at the discretion of the FSA CPP. In situations where there is evidence that the Vendor has engaged in egregious breaches of the contract with respect to either the FSA CPP and/or the purchaser, the contract can be terminated and the Vendor will be removed from future solicitations for a period of up to three (3) years, or a permanent ban from the bid process at the sole discretion of FSA CPP. Specific conditions for termination include, but are not limited to; failure to perform, refusal to accept orders during the contract period while manufacturer orders are still being accepted for current model year or the new year if the vehicle is price protected by the factory, charging amounts exceeding MSRP on factory or Vendor installed items and packages, requiring the purchase of additional options over and above the base vehicle as a condition of acceptance of order, providing aftermarket options where factory options are available without the consent of the purchaser, any misrepresentation of optional equipment or service as being factory that fails to meet the definition as described in this document, and any other practice deemed to be inconsistent with the intent of the contract. Page 17 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Any Vendor presented with a valid Purchase Order consistent with Vendor bid quotes or other agreed upon terms and pricing is required by this contract to accept such purchase order and deliver the product. Purchase Orders must be fulfilled whether or not the Purchase Order includes options. The Vendor must deliver this product in accordance with the Terms & Conditions — regardless of whether doing so will provide the Vendor with a profit or loss. Failure to deliver the item may result in the purchaser seeking damages for the difference of cost to issue a new Purchase Order with another Vendor plus any legal fees and damages that may be incurred in the process to facilitate a completed order. Additionally, FSA CPP may seek damages for nonpayment of administrative fees, to which FSA CPP is entitled, according to Section 3.28, and any attorney's fees incurred in the recovery of these damages. 1.42 SEVERABILITY In the event any provision of this contract is held to be unenforceable for any reason, the unenforceability thereof shall not affect the remainder of the contract, which shall remain in full force and effect and enforceable in accordance with its terms. 1.43 TERMINATION FOR CAUSE If through any cause within the reasonable control of the Vendor, it shall fail to fulfill in a timely manner, or otherwise violate any of the terms of this contract, the FSA CPP shall have the right to terminate the services remaining to be performed. Written notice of the deficiencies shall he given to the Vendor and unless the deficiencies are corrected within 10 business days, the contract may be terminated for cause immediately. The right to exercise the option to terminate for cause shall be in the sole discretion of the FSA CPP, and the failure to exercise such right shall not be deemed to constitute a waiver of this right. in the event of a termination for cause, the purchaser shall compensate the successful Bidder in accordance with the contract for all services performed by the successful Bidder prior to termination, net of any costs incurred by the purchaser and FSA as a consequence of the default. Notwithstanding the above, the Vendor shall not be relieved of liability to the FSA for damages sustained by the FSA by virtue of any breach of the contract by the Vendor, and the FSA CPP may reasonably withhold payments to the Vendor for the purposes of offset until such time as the exact amount of damages due the FSA from the Vendor is determined. 1.44 TERMINATION WITHOUT CAUSE The FSA CPP can terminate the contract In whole or part without cause by giving written notice to the Vendor of such termination, which shall become effective 30 calendar days following receipt by Vendor of such notice. In the event of a termination without cause, all finished or unfinished documents and other materials shall be properly delivered to the FSA CPP. The Vendor shall not furnish any product after it receives the notice of termination, except as necessary to complete the continued portion of the contract, if any. The Vendor shall not be entitled to recover any lost profits that the Vendor expected to earn on the balance of the contract or cancellation charges. Page 18 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Any payments to the Vendor shall be only to the total extent of the purchaser liability for goods or services delivered prior to the date of notice to terminate the contract. 1.45 CONTRACT ADVERTISEMENT AND USE OF FSA LOGO The FSA logo is an official logo of the Florida Sheriffs Association designed to promote the program. The logo may be used by Vendors in accordance with this policy. Use of the logo is limited to the original version received from the FSA. Modifications are not permitted. Methods of use include, but are not limited to: • Electronic mediums such as websites, digital marketing campaigns, social media and e-mail; or • Print media such as forms, marketing campaigns, business cards, posters, banners, brochures, flyers and postcards. Vendors may request use of the logo by contacting cpo@flsheriffs.org, and should include a brief description of how the Vendor Intends to use the logo. The official FSA sheriff's star and wreath logo may not be used without prior written permission. Page 19 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 2.0 BIDDER INSTRUCTIONS 2.01 QUALIFICATION Bidders are required to complete the qualification packet as part of the bld submission. A Bidder becomes a qualified bidder if they comply with this section and Section 2.11, Mandatory Pre -Bid Meeting. Qualification Packet information required for bid qualification include: • Qualification form o Contact Information o Business Profile o References o Disqualifications & Defaults o Warranty Service Plan Attestation o Emergency Technician Attestation • Compliance Attestations o E -Verify o Drug -Free Workplace o Workers Compensation o Compliance with Applicable Federal, State, and Local Laws and Ordinances • Federal Compliance • If willing to comply with the requirements applicable to federally funded purchase orders, Federal Compliance Certifications o Certification Regarding Debarment and Suspension o Certification Regarding Lobbying • Contract Signature Form • Insurance Checklist o Certificates of Insurance due five days prior to award The qualification packet is located on the Bid System. 2.02 LICENSING AND FACILITIES Bidders are required to obtain all required licenses, including any applicable motor vehicle dealer licenses, and registrations, and comply with all applicable Federal, State, and local laws and ordinances, including any applicable motor vehicle dealer laws, in order to bid on any motor vehicle. Bidders must maintain a repair facility within the State of Florida to provide warranty service for the items bid. If Bidders do not have a facility, the Bidder must be able to assist purchasers in obtaining warranty work as authorized by the manufacturer. If a Bidder does not maintain a facility within the State of Florida, the Bidder must have a plan as to how the Bidder would service Florida purchasers if awarded the contract. This warranty service plan must demonstrate that the warranty work will be timely and satisfactorily performed and should include: • Whether the warranty service provider is approved by the manufacturer; • If the Bidder plans to contract out for service, a copy of the service agreement; and • Zone specific service plans to include: o Response time to initial call from purchaser, Page 20 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions o Number of personnel available to service the contract, o Qualifications of personnel providing warranty work, and o Any additional information that would detail how warranty service would be provided. The sufficiency of the Warranty Service Plan may be evaluated by the FSA CPP. The FSA CPP reserves the right to request additional information from a Bidder regarding the facility during the solicitation and the term of the contract, if awarded. The FSA CPP may also exercise discretion in examining such facility as deemed necessary. 2.03 INSURANCE AND INDEMNIFICATION Bidder/Vendor shall be fully liable for the actions of its agents, employees, partners, or third party suppliers and shall fully indemnify, defend, and hold harmless the Florida Sheriffs Association, the participating agencies, and their officers, agents, and employees from suits, actions, damages, and costs of every name and description, including legal counsels' fees, arising from or relating to personal injury and damage to real or personal tangible property alleged to be caused in whole or in part by Bidder/Vendor, its agents, employees, partners, or third party suppliers; provided, however, that the Bidder/Vendor shall not indemnify for that portion of any loss or damages resulting directly from the negligent acts or omissions of the Florida Sheriffs Association and participating agencies or proximately caused by intentional wrongful acts or omissions of the Florida Sheriffs Association and participating agencies. The Florida Sheriffs Association and/or participating agencies shall give the Bidder/Vendor (2) the opportunity to take over and settle or defend any such action at Bidder's/Vendor's sole expense. When reasonable, the Florida Sheriffs Association will give the Bidder/Vendor written notice of an action or threatened action. Bidder/Vendor shall not be liable for any unreasonable cost, expense or compromise incurred by the Florida Sheriffs Association, or participating agencies, in any legal action without Bidder's prior written consent, which consent shall not be unreasonably withheld, conditioned, or delayed. The Insurance Checklist summarizes the Bidder's/Vendor's insurance coverage obligations, if awarded. Certificates of Insurance, evidencing such coverages and endorsements as required herein, shall be provided no later than five (5) business days prior to the contract award date. The Vendor may not begin performance under the contract until such Certificates have been approved by the FSA CPP. The certificate must state Bid Number and Title. FSA must be named as an additional insured for the duration of the contract. The Vendor shall maintain comprehensive general liability insurance and general aggregate insurance in the amount and coverage levels specified on the Insurance Checklist. The Vendor shall specifically and distinctly assume, and does so assume, all risks of damage or injury to property or persons used or employed on or in connection with the work and of all damage or injury to any person or property wherever located, resulting from any action or operation under the contract or in connection with the work. It is understood and agreed that at all times the Vendor is acting as an independent contractor. The Vendor shall be responsible for the work and every part thereof, and for all materials, tools, appliances and property of every description, used in connection with this particular contract. The Vendor at all times during the full duration of work under this contract, including extra work in connection with this contract, shall meet the requirements of this section. The Vendor shall maintain automobile liability insurance including property damage covering all owned, non - owned, hired and scheduled automobiles, when used in connection with the delivery or service of this contract. Page 21 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions The Vendor shall maintain insurance to cover garage operations in the amount specified on the Insurance Checklist when the garage is used to complete work on this contract. All insurance policies shall be issued by companies authorized to do business under the laws of the State of Florida and these companies must have a rating of 8+ or better per the AM Best Rating. FSA CPP required insurance coverages must be maintained through the duration of the contract. Upon expiration of the required insurance, the Vendor must email updated certificates of insurance for as long a period as any work Is still in progress. No change or cancellation in insurance shall be made without 30 calendar days written notice to the FSA CPP. It is understood and agreed that all policies of Insurance provided by the Vendor are primary coverage to any insurance or self-insurance the FSA possesses that may apply to a loss resulting from the work performed in this contract. All policies issued to cover the insurance requirements herein shall provide full coverage from the first dollar of exposure. The liability insurance coverage shall extend to and include the following contractual indemnity and hold harmless agreement: The Vendor hereby agrees to indemnify and hold harmless the FSA, a 501(c)3, its officers, agents, and employees from all daims for bodily injuries to the public and for all damages to the property per the insurance requirement under the specifications including costs of investigation, all expenses of litigation, including reasonable legal counsel fees and the cost of appeals arising out of any such claims or suits because of any and all acts of omission or commission of any by the Vendor, his agents, servants, or employees, or through the mere existence of the project under contract. The foregoing indemnity agreement shall apply to any and all claims and suits other than claims and suits arising out of the sole and exclusive negligence of the FSA, its officers, agents, and employees, as determined by a court of competent jurisdiction. The Vendor will notify the insurance agent without delay of the existence of the Hold Harmless Agreement contained within this contract and furnish a copy of the Hold Harmless Agreement to the insurance agent and carrier. The Vendor will obtain and maintain contractual liability insurance in adequate limits for the sole purpose of protecting the FSA under the Hold Harmless Agreement from any and all claims arising out of this contractual operation. The Vendor will secure and maintain policies of third -party suppliers. All policies shall be made available to the FSA upon demand. Compliance by the Vendor and all third -party suppliers with the foregoing requirements as to carrying insurance and furnishing copies of the insurance policies shall not relieve the Vendor and all third -party suppliers of their liabilities and obligations under any section or provisions of this contract. Vendor shall be as fully responsible to the FSA for the acts and omissions of the third -party suppliers and of persons employed by them as they are for acts and omissions of persons directly employed by the Vendor. The FSA can request, and the Vendor shall furnish proof of insurance within seven (7) calendar days of receipt of the written request from FSA. Should the Vendor fail to provide acceptable evidence of current insurance during the contract term, the FSA CPP shall have the right to consider the contract breached and justifying the Page 22 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions termination thereof. If Bidder does not meet the insurance requirements; the FSA may consider alternate insurance coverage. 2.04 SPECIFICATIONS All items covered by this Invitation to Bid and any resulting contract, and the specifications shall be the manufacturer's current basic production model, and shall, as a minimum, be equipped with all standard factory equipment in accordance with the manufacturer's latest literature unless otherwise noted in the Bid System or FSA CPP item group specification. The Base Item Specifications are contained in the FSA CPP Bid System, may be requested from FSA CPP, and are retained within FSA CPP's archive. As part of the bid submission, Bidders will be required to provide confirmation that the item bid meets the FSA CPP Base Specification. FSA CPP may reject bids that fail to provide confirmation that the item(s) bid meet the FSA CPP Bid Specifications. FSA CPP develops the specifications with subject matter experts and publicly available information. However, FSA CPP does not have access to full details from the manufacturer and relies on Bidders to assist in this process. Bidders should immediately notify the FSA CPP of any inaccuracies in the specifications. All notifications of inaccuracies must be in writing. If awarded a contract, Vendor(s) must offer and supply an item that either meets or exceeds all the requirements included in the applicable Bid Specifications, unless a purchaser specifically issues a Purchase Order for a base item and Option that differs from the Base Specifications. Failure of a Bidder to comply with these provisions will result in Bidders being held responsible for all costs required to bring the item into compliance with the contract specifications. 2.05 SEALED BIDS For purposes of this solicitation, a sealed bid is considered a bid submitted using the FSA CPP Bid System. 2.06 MISTAKES Bidders are expected to examine the Base Item specifications, delivery schedules, bid prices and all information pertaining to servicing this contract before submitting a bid. Failure to do so will be at the Bidder's risk, 2.07 EXCEPTIONS Any requested exceptions, deviations, or contingencies a Bidder may have to the Terms & Conditions must be documented in Bidder's submission. Exceptions to the Base Specifications at the time of the bid submission shall reference the item number, make and model. FSA CPP has the discretion to grant or deny, in whole or in part, the Bidder's requested exception, deviation or contingency to the specifications or Terms &Conditions. Bidder acknowledges that the bid may be disqualified if FSA CPP rejects the proposed exceptions. 2.08 EQUIVALENTS Prior to the opening of the Bid System, Bidders may request item equivalents. The Bidder must submit the manufacturer name and model number (or product identifier) of each equivalent requested to FSA CPP. Complete, Page 23 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions descriptive, technical literature should demonstrate that the equivalent conforms with specification. If a bid uses equivalents without prior approval, the bid may be disqualified. 2.09 MANDATORY PRE -BID MEETING Prospective Bidders are required to attend or participate in the mandatory Pre -Bid Meeting. The Pre -Bid Meeting is designed for vendors, the Fleet Advisory Committee and the FSA CPP to clarify questions on the Terms & Conditions and to confirm all Base Item specifications. Questions relating to the items, specifications, the bid process, or award can be asked at the Pre -Bid Meeting. Bidders have the opportunity to suggest technical modifications or corrections before the Base Item specifications are finalized. FSA CPP reserves the right to grant attendance exceptions to the mandatory meeting if the Bidder has requested authorization, agrees in writing to meet all the Terms & Conditions without exception and further waives their right to protest the bid process in its entirety or any portion thereof. 2.10 PRICES QUOTED - HEAVY TRUCKS AND BUSES AND EQUIPMENT INVITATIONS TO BID Items and options should reflect the most complete price and be below MSRP and at a minimum should cover the cost of the item or option bid. Prices quoted in the bid submission should reflect the final amount the Bidder can expect to receive for payment for the items bid for the duration of the contract, unless otherwise provided in the contract. Prices submitted as indicated in the sealed bid are final. Bidders acknowledge that prices quoted will be valid for a period of sixty (60) calendar days from the date of bid opening. Each item, make, and model must be priced and bid separately. Prices must be inclusive of all the components included in the Base Specification. Prices bid must include the administrative fee FSA CPP charges to administer the contract, as outlined in these Terms & Conditions. The administrative fee is three quarters of one percent (.0075). Prices bid must be at least cost, be Free On Board (FOB) destination, and must include delivery to the purchaser. Upon award, the Vendor has the authority to offer additional discounts based on prompt payment, quantity, as well as additional manufacturer or vendor discounts. 2.11 PRICES QUOTED - PURSUIT, ADMINISTRATIVE AND OTHER VEHICLES INVITATION TO BID Due to the changing market conditions, the FSA CPP has temporarily moved to a percent above cost, or "cost- plus", model for the Pursuit, Administrative and Other Vehicles Contract. The cost-plus model allows for Vendors to sell items immediately when order windows open up for next year's model, when the manufacturer changes price during the contract term, or when new items come to market. Bidders shall provide a Bid Price and a Percent for each item bid. The Bid Price will be used to evaluate the lowest, responsive and responsible Bidder for each item and zone. The Percent will be used under an awarded contract to determine the cost-plus pricing for new year's models, when the manufacturer changes price during the contract Page 24 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions term, or when new items come to market. The FSA CPP will use the percent feature of the Bid System as the field to capture the percent above cost that the Vendor can expect to receive from the purchaser for the purchase of an awarded item. The FSA CPP has the discretion to disqualify Bidders if the proposed Percent is excessive. In order to determine if Percent is excessive, FSA will compare the Percents proposed by Bidders for each item in each zone. Prices and Percents bid for items and options should reflect the most complete Item price, be below MSRP, and at a minimum should at least cover the cost of the item or option bid. Prices and Percents bid must be at least cost, be Free On Board (FOB) destination, and must include delivery to the purchaser. As used in this provision, "Item Cost" is defined as the factory invoice price for the item, the Original Equipment Manufacturer (OEM) destination and delivery to dealer, and the FSA Administrative fee, minus the OEM government pricing concessions specific to this bid, all manufacturer incentives, discounts, rebates, concessions and holdbacks. As used in this provision, "Total Cost" is defined as the Item Cost, plus costs of dealer's floorplan estimated operational expense, and costs of dealer for preparation, cleaning, and assembling, gas, and delivery to zone. As used in this provision, "Bid Price" is defined as the Total Cost and profit. As used in this provision, "Percent" is defined as the markup over Item Cost. Bid Prices will be used as the initial publish pricing for awarded items. As windows open up for next year's model, the manufacturer changes price during the contract term, or as new items come to market, FSA CPP will work with Vendors to update the published pricing for such items based on the awarded Percent, within a reasonable period of time. Vendors may accept Purchase Orders for such items in accordance with these Terms & Conditions before submitting updated published pricing to FSA CPP. 2.12 PURSUIT, ADMINISTRATIVE, AND OTHER VEHICLES CONTRACT COST -PLUS - PERCENT PRICING Due to the changing market conditions, the FSA CPP has temporarily moved to a percent above cost, or "cost- plus", model for the Pursuit, Administrative and Other Vehicles Contract. The cost-plus model allows for Vendors to sell items immediately when order windows open up for next year's model, when the manufacturer changes price during the contract term, or when new items come to market. The Bid System provides each Vendors' percent above cost at which the Vendor will sell such items. The Percent provided in the Bid System does not provide a percent discount for items bid. If Vendor fulfills a Purchase Order at other than published pricing, at purchasers' request, Vendor must provide documentation substantiating the Item Cost, as defined in section 2.11. Page 25 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 2.13 OPTION PRICING - EQUIPMENT INVITATION TO BID The Bidder shall offer discount below Manufacturer's Standard Retail Pricing (MSRP) or manufacturers published list price for any factory options included in the bid submission and quotes to purchasers, if awarded. FSA CPP requests Vendors include most frequently purchased scheduled, factory and aftermarket options in the bid. Options are intended to add or delete equipment or features from the Base Specification. Options can provide an upgrade or downgrade to a manufacturer's model, such as a slightly different engine size or horsepower, and should not be made available for purchase separate from the base vehicle or equipment. Options may only provide a downgrade to a manufacturer's model when specifically requested in a Purchase Order issued in accordance with the Terms & Conditions by a purchaser. Bidders shall NOT use options to create equipment that is entirely different than the FSA CPP Base Specification or are available as another specification bid on this Invitation to Bid. Bidder must use proper factory codes for all factory options. Options available through the factory may be bid and supplied to purchaser as "factory" options, unless otherwise requested in writing by the purchaser. The FSA CPP has the discretion to disqualify Bidders if the option pricing is excessive or if options listed are not available for the item bid. In order to determine if pricing is excessive, Bidders agree to provide documentation to FSA CPP to verify cost at any time during the solicitation process or during the contract term. This information Is for comparison purposes only when determining if pricing is excessive and will not be published. Option pricing will include all costs of labor associated with the option and cost of labor should not be listed separately within the bid. For purposes of this bid, Emergency Lights and Sirens will require a separate pricing sheet upload in the Bid System. Section 2.15 contains specific instructions and exceptions for Emergency Lights and Sirens. If a Bidder will offer registration and title services as a fee for service, the Bidder must include the administrative fee as a separate option (i.e., line item) for each item bid. See Section 3.21 for additional details. Government imposed fees should not be included in this option pricing. No other additional charges or fees are admissible. If options are not available as a stand-alone option, the Bidder must indicate in their bid submission any option requiring the purchase of other options, and also indicate optionsthat are a part or dependent of another option. Factory package options are allowable under this contract. Factory package options must be included in the options within the bid document and detailed specifically as to what components the package includes. When calculating the price for a manufacturer's option requested in this bid that is not listed as an option in the manufacturer's order guide (i.e., model or engine upgrade), the Bidder must calculate the option price as the net difference between vendor cost on the representative base vehicle and the total MSRP of the requested option modifying the vehicle. A Bidder may bld less than this price, but at no time charge more than the calculation provided here. The use of options to facilitate the sale of an alternate manufacturer's product which is outside the scope of the written Base Specification will be determined nonresponsive and the bid will be rejected in whole or part by the FSA CPP. Example: Bidder CANNOT include option upgrades that result in the selling of a vehicle or truck on one specification that is offered as a separate specification in Page 26 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions the Invitation to Bid. For example, a Vendor who is awarded the bid for 25,500 lb. GVWR Cab & Chassis cannot upgrade this item through an add option to a 30,000 lb. GVWR Cab & Chassis in order to circumvent the bid award winner for the 30,000 lb. GVWR Cab & Chassis. Purchasers are encouraged to negotiate option pricing with Vendors. Discounts can be provided beyond option prices listed in the contract. The additional discounts for each add option shall be decided by the Vendor. The options will correspond to the specification or item number. Multiple options may be listed for each specification or item number bid. Therefore, Bidders that do not indicate the correct item number with the option information bid will not have options displayed for the item bid. If option pricing is not uploaded correctly, FSA CPP may require Bidders to correct the formatting of the options, but pricing may not be modified. Failure of the Bidder to make corrections may cause the bid to be rejected. If the Bidder wishes to offer credit to the purchaser for an option that is standard on the FSA CPP Base Specification, the Bidder should include the word "Credit" at the beginning of the description and continue to describe the option being credited. For example, "Credit: one key fob" that corresponds with the price the Bidder will credit the purchaser. Loose Equipment can be bid as an option and made available to purchasers for items originally purchased from this contract. For purposes of this provision, "Loose Equipment" is any item of equipment that attaches to the heavy equipment item(s) included in the awarded bid, such as different sized blades. Loose Equipment does not include accessories, such as additional keys. 2.14 OPTION PRICING - HEAVY TRUCKS AND BUSES AND PURSUIT, ADMINISTRATIVE AND OTHER VEHICLES INVITATIONS TO BID FSA CPP requests Bidders include most frequently purchased options in the Bid System. Option pricing must include the administrative fee. Bidders must provide a price for each option in addition to a percent below MSRP for factory -installed options or a percent above cost for other options. The FSA CPP has the discretion to disqualify Bidders if the option pricing is excessive. In order to determine if pricing is excessive, Bidders agree to provide documentation to FSA CPP to verify cost at any time during the solicitation process or during the contract term. This information is for comparison purposes and will not be published. Options are intended to add or delete equipment or features from the Base Specification. Options can provide an upgrade or downgrade to a manufacturer's model, such as a slightly different engine size or horsepower, and should not be made available for purchase separate from the base vehicle or equipment. Options may only provide a downgrade to a manufacturer's model when specifically requested in a Purchase Order issued in accordance with the Terms & Conditions by a purchaser. Bidders shall NOT use options to create an item that is available as another item bid on this invitation to Bid. The use of options to facilitate the sale of an altemate manufacturer's product which is outside the scope of the Base Specification will be determined nonresponsive and the bid will be rejected in whole or part by the FSA CPP. Bidders must disclose which options require the purchase of other options or are dependent on another option in their bid submission. Option pricing will include all costs of labor associated with the option and cost of labor should not be listed separately. Bidder must use proper manufacturer codes for factory options. Options available through the factory should be bid and supplied to purchaser as factory options, unless otherwise requested in writing by the purchaser. Factory Page 27 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions package options are permitted under this contract. Factory package options included in the bid submission must detail what components the package includes. If a Bidder will offer registration and title services as a fee for service, government -imposed fees should be listed at the exact cost and shall not include the FSA administrative fee. If the Bidder wishes to offer credit to the purchaser for an option that is standard on the FSA CPP Base Specification, the Bidder should include the word "Credit" at the beginning of the description field and continue to describe the option being credited. For example, "Credit: one key fob" and enter the price the Bidder will credit the purchaser. For purposes of this bid, Emergency Lights and Sirens will require a separate pricing sheet and option upload in the Bid System. Section 2.15 contains specific instructions and exceptions for Emergency Lights and Sirens. 2.15 EMERGENCY LIGHTS AND SIRENS Under Florida Statute 316.003(1), authorized emergency vehicles are defined as: Vehicles of the fire department (fire patrol), police vehicles, and such ambulances and emergency vehicles of municipal departments, public service corporations operated by private corporations, the Fish and Wildlife Conservation Commission, the Department of Environmental Protection, the Department of Health, the Department of Transportation, and the Department of Corrections as are designated or authorized by their respective departments or the chief of police of an incorporated city or any sheriff of any of the various counties. Bidders that will provide or contract to provide emergency light and siren installation must only use installers that possess a current Emergency Vehicle Technician Certification, or an approved equivalent. FSA CPP may request certificates for a Vendor's installers at any time during the contract term. Labor may be charged for the Installation of emergency lights and sirens. Labor rates must be disclosed as part of the bid submission. Bidders may not charge for labor for vehicles that are manufactured with emergency lights and sirens, including motorcycles. Prices submitted for emergency lights and sirens shall include all applicable government -imposed fees. Bidders that install emergency lights and sirens are required to provide and install products that are Society of Automotive Engineers (SAE) certified. SAE Certifications must include Class 1, Class 2 and Class 3 in order to be eligible for participation in the contract. If a lighting or siren product installed on an emergency vehicle is not SAE Certified, the Vendor can be found in default of the contract. Bid Submission of Emergency Lights and Sirens If offering emergency lights and sirens, Bidders will be asked to provide pricing by submitting a pricing sheet. An emergency vehicle lights and siren option pricing template is offered in the Bid System. Bidders are encouraged, but not required to use the template. If item or specification group is helpful to display light and siren options, Bidders may categorize the pricing sheet by item group. Items listed below are required for the submission of the pricing sheet: • Order code • Description • Price (part only) Page 28 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions • Estimated labor hours • Labor cost per hour 2.16 BID SUBMISSION Bidders must submit a bid electronically using the Bid System. Bid submissions include a price for each item and option bid in accordance with Section 2.10, 2.11, 2.13, 2.14, and 2.15. Each Bidder must submit a qualifications package for each bid. The bid must be received by the date and time specified on the Bid Calendar in Appendix B. Failure to meet all submission requirements by the date indicated on the Bid Calendar will result in rejection of the bid. Bid System: VendorLink The Bid System is located at https://www.myvendorlink.com. Bidders are encouraged to participate in training provided. Usernames and passwords will be issued to Bidders after registering in the Bid System. Contact VendorLink at support@evendorlink.com if technical issues arise during bid submission. Prices are to be rounded to the nearest whole dollar. If a Bidder submits bld pricing using cents, the following formula will be applied to round the bid pricing to the nearest whole dollar: $.01-.49 will be rounded down to the dollar bid (e.g., $50.49 = $50) and $.50-.99 will be rounded to the next dollar (e.g., $50.50 =$51). Bid Submission To ensure correct bid submittal and formatting, Bidders shall: • For the Heavy Trucks and Buses Invitation to Bid, insert a: o Price for each item bid by zone • For the Pursuit, Administrative and Other Vehicles Invitation to Bid, insert a: o Bid Price for each item bid by zone, as defined in Section 2.11 o Percent for each item bid by zone, as defined in Section 2.11 • For the Equipment Invitation to Bid, insert a: o Price for each item by zone • Upload files as instructed in the Bid System; files requested will be in Excel or .pdf. • Follow all instructions outlined in this Invitation to Bid and provide all requested information. The bid shall include the following documents: • Executed Qualifications Packet. • Build sheet for each item bid as a single .pdf • Pricing Sheet for Emergency Vehicle Lights and Sirens, if applicable. • Any requested exceptions or equivalents. Option Upload An option sheet should be submitted for each item bid. The Bid System will accept option information for each item through a .pdf file upload. Each option sheet should include a header to identify the FSA CPP contract title and number, the Bidder name, Item number, make and model. Each option sheet should include: • Option • Description • Manufacturer order code or identifying code • Price For the Heavy Trucks and Buses and Pursuit, Administrative, and Other Vehicles Invitations to Bid, the option sheet should also include: Page 29 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions • Cost plus percent for all items not installed at the factory • Percent below MSRP for factory installed options FSA CPP may ask awarded Bidders to supply one hard copy set with digital signatures and original compliance forms, prior to the contract execution. Hard copy bids should not be submitted unless specifically requested by FSA CPP. FSA is not responsible for Bidder's improper use of the Bid System. Exceptions will be granted to this section should any Bid System malfunctions occur. 2.17 ZONE BIDDING Bidders may bid in one or more geographic zones. Bidders must submit pricing for each zone they wish to be evaluated. The zone map is included in Appendix A. The geographic zones are in place to assist Bidders in estimating costs of delivery, which must be included in the price bid and quoted to the purchaser. For the Pursuit, Administrative and Other Vehicles Contract, the cost of delivery must be included in the Percent. 2.18 EXECUTION OF BID By submitting a response to this Invitation to Bid, the Bidder agrees to the Terms & Conditions and to be bound by such Terms & Conditions if selected for award. The Bidder must submit the Contract Signature Form with the signature of an authorized representative no later than the bid submittal due date. All Terms & Conditions are applicable throughout the term of the awarded contract and are not specific to any given year, make or model. 2.19 MODIFICATION OR WITHDRAWALS OF BIDS A Bidder may submit a modified bid to replace ail or any portion of a previously submitted bid until the due date and time of the bid submission listed in the Bid Calendar. Modifications received after the bid due date and time will not be considered. Bids can be withdrawn in writing prior to the contract award. If a Bidder must withdraw the bid, the Bidder must contact FSA CPP immediately. Bid withdrawals are handled on a case -by -case basis and can result in a limitation of participation in future bids. 2.20 LATE BIDS The responsibility for submitting a bid before the due date and time on the bid calendar is solely and strictly the responsibility of the Bidder. The FSA is not responsible for delays caused by technical problems, any intemet outages or delays incurred by electronic delivery, or any other occurrence. Any reference to time will be based on Eastern Time. 2.21 BID OPENING Bids shall be opened on the date and time specified on the Bid Calendar. The bid opening may occur at the Florida Sheriffs Association, 2617 Mahan Drive, Tallahassee, Florida, or may be offered online. FSA CPP will provide a bid inspection period for Bidders following the bid opening. The date, time and duration will be announced prior to the bid opening. Page 30 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 2.22 DETERMINATION OF RESPONSIVENESS Determination of responsiveness will take place at the time of bid opening and evaluation. In order to be deemed a responsive bidder, the bid must conform in all material respects to the requirements stated in the Invitation to Bid. As set forth In Section 2.26, FSA CPP reserves the right to waive or allow a Bidder to correct minor irregularities. 2.23 RESPONSIBLE BIDDER CRITERIA Bids will be evaluated to determine if qualifications and contract requirements are met. Responses that do not meet all requirements of this Invitation to Bid or fall to provide all required information, documents or materials may be rejected as nonresponsive. The FSA CPP will not request documentation or consider a Bidder's social, political or ideological interests in determining if the Bidder is a responsible bidder. FSA CPP will not give preference to a Bidder based on the Bidder's social, political, or ideological interests. Bidders whose responses, past performance, or current status do not reflect the capability, integrity, or reliability to fully and in good faith perform the requirements of the contract may be rejected as non -responsible. In determining a responsible Bidder, the following factors may be considered: • Adequacy of facilities, staffing, and financial resources; • Previous experience with FSA contract or other similar government contracts; • Ability to provide excellent customer service, including on previous FSA contracts; and • Any other information relevant to the responsibility of a Bidder of which FSA CPP is aware. In addition to the requirements set forth by these Terms & Conditions, FSA CPP reserves the right to request staffing, performance and financial information from any Bidder during the evaluation process. FSA CPP reserves the right to determine which responses meet the requirements, specifications, Terms & Conditions of the solicitation, and which Bidders are responsive and responsible. FSA CPP further reserves the right to limit participation of Bidders who, in FSA CPP's sole discretion, are determined to present responsibility concerns that call into question the Bidder's ability to perform but that do not rise to the level of requiring rejection of the Bidder as non -responsible. 2.24 BASIS FOR AWARD For the Heavy Trucks and Buses, and Equipment Invitations to Bid, the FSA CPP shall make awards to the qualified, responsive and responsible Bidder(s) who submitted the lowest priced bid by item, manufacturer, and zone. Awards may also be made to subsequent lowest responsive and responsible Bidders by item, manufacturer, and zone, when determined to be in the best interest of the FSA and the purchaser(s). FSA CPP has the discretion to consider option pricing in making the award and to disqualify Bidders for proposing excessive option pricing. For the Pursuit, Administrative and Other Vehicles Invitation to Bid, the FSA CPP shall make award to the qualified, responsive and responsible Bidder(s) who submitted the lowest Bid Price by item, manufacturer, and zone. Awards may also be made to subsequent lowest responsive and responsible Bidders by item, manufacturer, and zone, when determined to be in the best interest of the FSA and the purchaser(s). FSA CPP has the discretion to consider Percent and option pricing in making the award and to disqualify bidders for proposing excessive Percent(s) or option pricing. Page 31 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Awards will not be given to any parties listed on the government wide exclusion in the System for Award Management. FSA CPP reserves the right to accept or reject any and all bids, and to waive any minor irregularity, technicality or omission if it determines that doing so will serve the purchaser's best interest. FSA CPP reserves the right to make multiple awards for each Item, if determined to be in the best interest of the FSA and the purchasers. Awards will be posted on the FSA CPP website according to the date posted in the bid calendar. 2.25 BID TABULATIONS The Bid Tabulation report will be posted on the FSA CPP website after the bid submission doses. If there is a delay in posting the bid tabulation results, FSA CPP will post a notice of the delay and a revised date for posting of results. 2.26 MINOR IRREGULARITIES/RIGHT TO REJECT The FSA CPP has the right to accept or reject any and all bids, or separate portions thereof, and to waive any minor irregularity, technicality or omission if the FSA CPP determines that doing so will serve its best interest or the best interest of the purchasers. A minor irregularity is a variation from the Terms & Conditions of this procurement that does not affect the price of the bid or give the Bidder a substantial advantage over other Bidders and thereby restrict or stifle competition and does not adversely impact the interests of the FSA or the purchasers. At its option, the FSA CPP may allow a Bidder to correct minor irregularities but is under no obligation to do so. In doing so, the FSA CPP may request a Bidder to provide clarifying information or additional materials to correct the irregularity. However, the FSA CPP will not request, and a Bidder may not provide the FSA CPP with additional materials that affect the price of the bid or give the Bidder an advantage or benefit not enjoyed by other Bidders. The FSA CPP may also reject any bids not submitted in the manner specified In this document. 2.27 CONE OF SILENCE This Invitation to Bid is subject to the Cone of Silence that begins the date the bid submission opens through the intent to award date as indicated in the Bid Calendar. During this period, all communications regarding this solicitation between FSA and Bidder will cease, except for procedural questions, questions regarding problems incurred In the use of the Bid System, or communications initiated by the FSA CPP. All permitted communications during this period shall be made in writing to the contacts identified in Section 1.01 of this Invitation to Bid. Page 32 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 3.0 CONTRACT CONDITIONS 3.01 GENERAL REQUIREMENTS Once the bid has been awarded, the terms and conditions of this document become the contract between the FSA CPP and the awarded Vendor. The Terms & Conditions apply to all items purchased from this contract. 3.02 STATEMENT OF AUTHORITY Each person signing the contract warrants that they are duly authorized to do so and binds the respective party to the contract. 3.03 VENDOR CONTACT INFORMATION The Vendor shall maintain current contact information with FSA CPP at all times for sales and submission of purchase orders, quarterly reports and administrative fee payments. If a change occurs during the contract, the Vendor must notify FSA CPP immediately. 3.04 ADDITIONS OR DELETIONS FSA CPP reserves the right to add or delete any items from this bid or resulting contract when deemed to be in the best interest of FSA and purchasers, at its discretion. This decision to take action may be based upon and not limited to few or no sales, product recalls and other safety issues, Vendor or manufacturer performance, or the product's lack of relevance. For items that come to market during the contract term, FSA CPP may authorize qualified and awarded Vendors to offer the new Item under the existing contract terms and conditions, if the manufacturer authorizes a Vendor to sell the item. FSA CPP will request awarded Vendors submit pricing and will evaluate the responses prior to authorizing awarded Vendors to offer the new item. 3.05 CONTRACT EXTENSION Contract Extension The contract may be extended by mutual agreement for up to two (2) additional years, on a year-to-year basis. FSA CPP reserves the right to execute a contract extension or to allow the contract to fully or partially terminate and readvertise for bids, whichever is In the best interest of FSA. The Vendor may request price adjustments for contract extensions as provided for herein. If no request is received from the Vendor, the FSA CPP will assume that the Vendor has agreed that the optional term may be exercised without a price adjustment. Any adjustment request received after the execution of an extension may not be considered unless otherwise provided for in this contract. Month -to -Month Continuation In the event a new contract is not active at the time of this contract's expiration, this contract's terms and conditions shall extend on a month -to -month basis and shall not constitute an implied extension of the contract. Such a month -to -month continuation shall be upon the compensation and payment provided herein. Page 33 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 3.06 PRICE ADJUSTMENT In addition to the cost -plus -percent pricing adjustments available for the Pursuit, Administrative, and Other Vehicles contract, the Terms & Conditions provide the following options for price adjustments: • Annual Price Adjustments • Changes to Manufacturer Production or Design • Manufacturer Certified Adjustments • Equitable Adjustments Price adjustment requests must clearly substantiate a need to increase or decrease the price. Price adjustments will not be considered if Vendors are delinquent on administrative fee payments or have outstanding quarterly reports. Annual Price Adiustment The FSA CPP may consider annual price adjustments due to: • Changes in the Producer Price Index (PPI) as published by the U.S. Department of Labor, Bureau of Labor Statistics (BLS); or • As a result of changes to national or state standards that require substantial price adjustments. FSA CPP may consider other documentation related to the change to national or state standards but is not obligated to grant price changes without literature from the manufacturer. The FSA CPP will consider the request and will make a final determination on the change in price. Changes to Manufacturer Production or Design Significant changes by the manufacturer to the production of and specification design may initiate a price adjustment request. FSA CPP will consider order dates, production factors, model year, or other conditions, as well as the replacement or complete redesign of items. Vendors must provide documentation from the manufacturer. Manufacturer Certified Adlustments Vendors must provide documentation from the manufacturer to FSA CPP that shows the additional costs or price adjustments imposed by the manufacturer and substantiate the need for a related price adjustment for this contract. Equitable Adjustments The FSA CPP may make an equitable adjustment to the contract terms or pricing at its discretion. 3.07 CONDITIONS It is understood and agreed that any item offered or shipped as a result of this contract shall be the most current model offered. Page 34 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 3.08 PRODUCTION CUTOFF Vendors shall notify the FSA CPP in writing no less than sixty (60) calendar days prior to the close of final order date by the manufacturer when the final order date is during the term of the contract. Purchase Orders received by the Vendor ten (10) business days prior to the final order date must be accepted and entered into the order system with the manufacturer. Purchase Orders issued and received after the production cutoff date will be subject to availability. In this case, the Vendor and manufacturer have the discretion whether to choose to provide next year's model at current year's prices until the end of the contract term. If the manufacturer cutoff date is during the term of the contract and will affect the purchaser's ability to obtain the items, FSA CPP may consider substitutions from the same manufacturer. 3.09 FACILITIES The FSA CPP reserves the right to inspect the Vendor's facilities at any time with prior notice. 3.10 PURSUIT RATED VEHICLES & MOTORCYCLES Vehicles in this category have been reviewed by one or more of the nationally recognized authorities on Police Vehicle Testing Program/Evaluation. These evaluations are not designed to recommend a particular product, but to serve as a resource for vehicles which are currently being offered for law enforcement service. To see the full detailed report, click or copy the links below. At the time of the bid there were two nationally recognized authorities: State of Michigan, Vehicle Test Team of the Michigan State Police (MSP) Precision Driving Unit Los Angeles County Sheriffs Department Law Enforcement Vehicle Test and Evaluation Program Vehicles: 3.11 SPECIAL SERVICE VEHICLES Vehicles in this category have been reviewed by one or more of the nationally recognized authorities on pursuit vehicle testing program/evaluation. These vehicles are labeled as Special Service Vehicle (SSV) and often used in public safety applications and other areas of government. Refer to manufacturers published information for detailed information regarding these vehicles. 3.12 CAB AND CHASSIS PURCHASES Vendors performing upfitting of cab and chassis should be licensed and certified to perform such work. Vendors are responsible for tag and title work if the chassis is completed by the Vendor or the Vendor's contracted th ird- party supplier. The requirements of Florida Statute 319.21 related to the manufacturer statement of origin apply to cab and chassis purchases. Cab and chassis may be purchased from the Vendor without any required additional upfitting by the Vendor. Vendors are not responsible for tag and title if an incomplete chassis is requested and sold to the purchaser. 3.13 FACTORY -INSTALLED OPTIONS All options specified as factory -installed are to be installed on the item at the primary site of assembly and are to Page 35 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions be the manufacturer's standard assembly -line product. Aftermarket and vendor -installed equipment will not be accepted as factory -installed. Vendors found supplying aftermarket or vendor -installed equipment where factory - installed are specified shall be required to retrieve all delivered items and supply new items meeting the specifications. All factory -ordered options are to be original equipment manufacturer (OEM) and installed at the primary site of assembly unless otherwise noted by the Vendor and acknowledged in writing by the purchaser. Verbal agreements will not be recognized. 3.14 VENDOR -INSTALLED OPTIONS All vendor -installed accessories, equipment, or options shall be installed according to the manufacturer's specifications. All vendor -installed options must be manufactured by an established manufacturer of the product provided. Vendors are required to disclose make and model of product being offered, design, and model must be approved by the purchaser prior to installation. Prior to any purchase, the Vendor must also disclose the warranty of any accessory, equipment or option that is less than or exceeds the factory or equipment warranty coverage. Any Vendor that violates this provision will be considered In default of the contract. FSA CPP may terminate the contract in accordance with these terms & conditions. 3.15 NON-SCHEDULED OPTIONS A non-scheduled option is an option not listed on the FSA CPP published award. Vendors may provide non- scheduled options at less than MSRP or the Published List Price. Non-scheduled options should be identified and listed as a separate line item with the price and discount on the purchase order. Non-scheduled options are covered under these terms and conditions. 3.16 FORCE MAJEURE A Vendor shall not be penalized for a delay resulting from the Vendor's failure to comply with delivery requirements if neither the fault nor the negligence of the Vendor or its employees contributed to the delay and the delay is due directly to acts of God, wars, acts of public enemies, strikes, fires, floods, or other similar cause wholly beyond the Vendor's control, or for any of the foregoing that third party suppliers if no alternate source of supply is available to the Vendor. 3.17 PURCHASE ORDERS To initiate a purchase, a purchase order must be issued to the Vendor, which includes: • FSA CPP contract title and number; • FSA CPP item number, and the make and model or item description; and • Purchaser name, phone number and email address. The Vendor's acceptance of a purchaser's order will indicate that the Vendor agrees to deliver an awarded item that will be fully compatible with all of its options. Production schedules and delivery dates should be discussed at the time the quote is provided to the purchaser, or if no quote is provided, when the purchase order is delivered to the Vendor. Vendor shall place the order with the manufacturer within 10 business days of receipt of the purchase order. The Vendor shall assure that all orders are placed in full compliance with the specifications and the terms and conditions of the contract and the purchase order. Any changes that are required to bring an Item into compliance with the various options due to an incorrect order will be accomplished at the Vendor's expense. Page 36 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions A Confirmation of Order form shall be completed by the Vendor and provided to the purchaser and FSA CPP fifteen (15) calendar days from receipt of purchase order without request by the purchaser. Any additional information needed to complete this form should be obtained by the Vendor from the purchaser. While it is recommended that an agency purchase from the zone which is closest to their location, it is not mandatory to do so. If the purchaser determines that a Vendor in another zone can better serve the purchaser's needs, the purchaser may order from a Vendor in another zone. Vendors that provide awarded items outside of an awarded zone may upon mutual agreement between the Vendor and the purchaser charge a delivery fee. If a Vendor receives a purchase order for an Item for which they were not awarded, the Vendor must notify the purchaser and return the purchase order to the purchaser within three (3) business days. The Vendor must submit electronic copies of Purchase Orders within fifteen (15) calendar days of the Purchase Order issue date. Emails shall be sent to coop(aflsheriffs.org. Purchase orders received by the Vendor after this deadline must be submitted to FSA CPP as soon as possible with the date received by the Vendor and cause for the delay. Purchase Orders should contain the following required information: • Purchaser name, • Purchase order number, • Purchase order issue date, • FSA CPP contract title and number, • Item number, • Item make and model, or item description, • Item price, • Options by item, and • Estimated delivery date. Purchase orders vary in format and information provided. If a purchase order does not include the required information, the Vendor must submit supplemental documentation to FSA CPP at the same time the purchase order is due. Such information may be in bid quotes, equipment proposals, confirmation of orders, or other documents. If a purchaser does not use purchase orders, written communication from the purchaser to the Vendor will be provided to FSA CPP. 3.18 REGISTRATION, TAG, AND TITLE Title items shall be the responsibility of the Vendor. If the purchaser is a government agency, the purchaser has the right to choose to register and title the item. Costs of registration, tag and title shall not exceed the statutory rates. FSA administrative fee does not apply to the cost of registration, tag and title. 3.19 DELIVERY Vendors are to inspect the item to confirm the item meets or exceeds the FSA CPP Base Specification, manufacturer specification, and purchase order. Deliveries not complying with these requirements may be rejected and will have to be redelivered at Vendor's expense. Delivery shall be within the normal working hours of the user, Monday through Friday, excluding holidays. Delivery schedules shall be agreed to by the purchaser and the Vendor. Vendor shall notify the purchaser no less than twenty-four (24) hours prior to delivery of the time and location, which shall reflect the mutually agreed upon Page 37 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions delivery details. The Vendor shall be responsible for delivering items that are properly serviced, clean and in first class operating condition. Items shall be delivered with each of the following documents completed or included: 1. Copy of the Purchase Order. 2. Copy of the FSA CRP Base Specification. 3. Copy of manufacturer's Invoice, price sheet, build sheet or other documentation that verifies what components are included on the item being delivered 4. Copy of the pre -delivery service report 5. Registration warranty certification 6. Owner's manual 7. Registration, tag and title or an application for the registration, as applicable All items with fuel tanks of thirty-five (35) gallons or less must contain no less than one quarter (1/4) tank of fuel as indicated by the fuel gauge at the time of delivery. For items that have more than thirty-five (35) gallons, a minimum of one eighth (1/8) of a tank of fuel must be provided. All electric vehicles must be delivered with a minimum charge level of 10 percent. The purchaser has the option to reject a vehicle with more than 350 odometer miles or may deduct $0.51 cents per mile in excess of 350 miles from the invoice, unless distance above 350 miles was previously approved by the purchaser. Deliveries of less than 350 miles may be accomplished by driving the vehicle. Any delivery accomplished by driving the vehicle must be supervised and the driver must comply with manufacturer's break-in requirements and all applicable traffic laws. Any delivery accomplished by driving a pursuit -rated vehicle must use an "OUT OF SERVICE" cover on light bars. Deliveries in excess of 350 miles shall be made by transport, or otherwise approved by the purchaser, however, this requirement shall not apply to incomplete chassis. Items with hour meters must be delivered with fewer than five (5) hours on the hour meter or may be rejected by the purchaser. The purchaser may choose to negotiate a lower purchase price when the item exceeds five (5) hours. When items require service or adjustments upon delivery, the Vendor shall either remedy the defect, or be responsible for reimbursing the manufacturer's local authorized representative or other service provider to remedy the defect. Such service or adjustments shall be initiated by the Vendor within 48 hours after notification by a purchaser, not to include weekends and holidays. Delivery will not be considered complete until all services or adjustments are satisfactory, and the item is redelivered or repaired. The cost of any transportation required to address the defect shall be the responsibility of the Vendor until the items are satisfactory and accepted by the purchaser. 3.20 INSPECTION AND ACCEPTANCE Final acceptance shall be given only after the purchaser inspects or confirms the item meets contract specifications. Delivery of an item to a purchaser does not constitute acceptance for the purpose of payment. Inspection and acceptance will be at the purchaser's destination unless otherwise previously agreed upon location was provided In the purchase order. Should the delivered items differ in any respect from the Base Item specifications, payment can be withheld until such time as the Vendor completes the necessary corrective action. 3.21 INVOICING AND PAYMENTS Invoicing and payments shall be the responsibility of the Vendor and purchaser placing orders using this contract. Vendors must invoice each purchaser independently. The Vendor shall be paid upon submission of invoices to the purchaser after satisfactory delivery and acceptance of the items. While the Local Government Prompt Payment Page 38 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Act applies to ensure timely payment of Vendor invoices, the FSA CPP encourages purchasers to make payment within 30 days of acceptance of the item. The Local Government Prompt Payment Act is defined in Sections 218.70-218.79 of Florida Statutes. 3.22 WARRANTY All warranties shall begin at the time of delivery and final acceptance by the purchaser. The purchaser's warranty should not be active for incomplete items and items delivered to a third -party supplier before final delivery. 3.23 QUARTERLY REPORTS Quarterly reports are the contractual responsibility of each Vendor. Quarterly reports must be completed and submitted electronically. All quarterly reports shall be sent to reportst flsheriffs.org. The quarterly report template shall be submitted using an Excel workbook provided by FSA CPP. Quarterly reports which do not adhere to the required format or are not complete of all purchase orders received and/or deliveries made during the quarter will be returned to the reporting Vendor for correction. Quarterly reports are due no later than the 15th day of the month following the end of the quarter. Quarterly reports shall follow the schedule below for the duration of the contract. If a contract extension is executed, the quarterly reports will maintain the same schedule for future reporting periods. Contract Year: October 1, 2022 — September 30, 2023 Year 1 Quarter 1: October 1— December 31 01 Report Due: January 15 Year 1 Quarter 2: January 1— March 31 Q2 Report Due: April 15 Year 1 Quarter 3: April 1 —June 30 Q3 Report Due: July 15 Year 1 Quarter 4: July 1— September 30 04 Report Due: October 15 Quarterly reports must be submitted even if there are no sales or no deliveries in a quarter. If a Vendor has no sales within a quarter, the Vendor shall indicate "No sales this quarter" on the top row of the sales worksheet. If the Vendor has no deliveries in a given quarter, the Vendor shall indicate "No deliveries this quarter" on the top row of the delivery worksheet. FSA CPP reserves the right to modify the procedure for submitting quarterly reports during the term of the contract. Such a change shall not materially modify the substance of the Information to be reported but may change the method by which future quarterly reports are to be submitted. In the event of such a change, FSA CPP will provide written notice to all Vendors of the method by which future quarterly reports are to be submitted. 3.24 ADMINISTRATIVE FEE The FSA CPP charges three quarters of one percent (.0075) to procure, process and administer the contract. The administrative fees are the contractual responsibility of each awarded Vendor. After receipt of payment from contract purchases, the Vendor shall remit all administrative fees to the FSA CPP no later than 15 calendar days after the end of each quarter. All fees payable to the FSA CPP during any given quarter will be accompanied and supported by a quarterly report. Page 39 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions The administrative fee will remain payable to FSA CPP and no relief from payment of the administrative fee, nor any additional charge to recoup the administrative fee, will be permitted if a Vendor fails to incorporate the administrative fee in its bid pricing. The administrative fee should never be listed as a separate line item on any purchase order or invoice. The administrative fee is based on the total purchase order amount of new items. This fee excludes any value given to purchasers for trade-ins. Trade-ins, extended warranties and other exchanges will not reduce or impact the fee ca Iculation. The ACH form for electronic payment or wiring of funds is included in Appendix C. It is the preference of FSA CPP that all payments be electronically paid and submitted. If ACH is not available, checks for the administrative fee can be sent to: Florida Sheriffs Association Cooperative Purchasing Program 2617 Mahan Drive Tallahassee, FL 32308 3.25 LIQUIDATED DAMAGES The Vendor warrants that the item supplied to the purchaser shall conform in all respects to the standards set forth and the failure to comply with this condition will be considered as a breach of contract. Any liquidated damages levied because of inadequacies or failures to comply with these requirements shall be borne solely by the Vendor responsible for same. Failure to submit the administrative fee with accompanying quarterly reports to FSA CPP within 15 calendar days following the end of each quarter may result in the imposition of liquidated damages. Vendors failing to submit administrative fees and/or quarterly reports will incur liquidated damages in the amount of $25 for each calendar day that fees and reports are past due, beginning on the 16th day following the end of the quarter. If a civil action is initiated by the FSA to recover administrative fees or liquidated damages as set forth in this section, the prevailing party shall be entitled to its reasonable attorneys' fees and costs incurred in the litigation. The venue shall lie in the Circuit Court for the Second Judicial Circuit in and for Leon County, Florida. When quarterly reports are late, liquidated damages are to be included in Vendor's Quarterly Report and administrative fee submission. Liquidated damages that remain unpaid beyond 45 calendar days can result in FSA CPP, at its sole discretion, implementing contract compliance actions, including but not limited to, suspension, limited participation by specifications or zones, disqualification from future solicitations, or termination for cause pursuant to the Terms & Conditions. Schedule of Liquidated Damages Failure to submit quarterly report on time $25 per calendar day Failure to submit administrative fee on time $25 per calendar day Failure to report a Purchase Order to FSA CPP within 15 calendar days of the purchase order issue date $100 per Purchase Order Failure to Report Sales .0075 of the sales price plus 1.5% each month following the delivery date. Page 40 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Vendor agrees and acknowledges that its failure to take any of the actions specified in the above schedule will result in liquidated damages to this contract. Vendor agrees and acknowledges that these liquidated damages are not intended to be and do not constitute a penalty and that these amounts are reasonably calculated to compensate the FSA for the damages that it will incur as a result of the Vendor's failure to take the specified actions. Page 41 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Appendix A: Zone Map FSA CONTRACT ZONE MAP WESTERN WESTERN BAY CALHOUN DIXIE ESCAMBIA FRANKLIN GADSDEN GULF HOLMES JACKSON JEFFERSON LAFAYETTE LEON LIBERTY MADISON OKALOOSA SANTA ROSA TAYLOR WALTON WAKULLA WASHINGTON CENTRAL BREVARD CITRUS DESOTO HARDEE HERNANDO HIGHLANDS HILLSBOROUGH INDIAN RIVER LAKE MANATEE OKEECHOBEE ORANGE OSCEOLA PASCO PINELLAS POLK ST. LUCIE SARASOTA SEMINOLE SUMTER V.10_11:113 NORTHERN ALACHUA RAKER. BRADFORD CLAY COLUMBIA DUVAL FLAGLER GILCHRIST HAMILTON LEVY MARION NASSAU PUTNAM ST. JOHNS SUWANEE UNION VOLUSIA SOUTHERN BROWARD CHARLOTTE COLLIER GLADES HENDRY LEE MARTIN MIAMI-DADE MONROE PALM BEACH Page 42 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Appendix B. Bid Calendar FSA23-VEL31.0 Bid Calendar Task Date Invitation to Bid Announcement (ITB) Voluntary Interested Bidder Workshop New Item Specification Requests Due Pre Bid Meeting Request for. Clarifications Due to FSA FSA VendorLink Bidder Training Bid System Open Cone of Silence Bid Submissions Due Public Bid Opening Bid Tabulations Posted Bid Evaluation Intent To Award Final Award & Effective Date of New Contract 5/1/2023 &.5/15/2023 6/13/2023 6/23/2023 7/11/2023 7/18/2023 7/24/2023 7/25/2023 7/25/2023 -9/11/2023 8/30/2023 9/1/2023 9/1/2023 9/5/2023 -9/8/2023 9/11/2023 10/1/2023 FSA23-VEH21.0 Bid Calendar Task Date Invitation to Bid Announcement (ITB) Voluntary Interested Bidder Workshop New Item Specification Requests Due Pre Bid Meeting Request for Clarifications Due to FSA FSA VendorLink Bidder Training Bid System Open Cone of Silence Bid Submissions Due Public Bid Opening Bid Tabulations Posted Bid Evaluation Intent To Award Final Award & Effective Date of New Contract 5/1/2023 & 5/15/2023 6/14/2023 6/23/2023 7/12/2023 7/18/2023 7/24/2023 7/25/2023 7/25/2023-9/11/2023 8/30/2023 9/1/2023 9/1/2023 9/5/2023 -9/8/2023 9/11/2023 10/1/2023 Page 43 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions FSA23-EQU21.0 Bid Calendar Task Date invitation to Bid Announcement (ITB) Voluntary Interested Bidder Workshop New Item Specification Requests Due_ Pre Bid Meeting Request for Clarifications Due to -FSA FSA VendorLink Bidder Training :Bid System Open Cone of Silence Bid Submissions Due Public Bid Opening Bid Tabulations,Posted Bid Evaluation `Intent To:AVvard Final Award &;Effective Date of New Contract 5/1/2023 & 5/15/2023 6/7&8/2023 6/23/2023. 7/13/2023 7/18/2023 7/24/2023 7/25/2023 7/25/2023-9/11/2023 8/30/2023 9/1/2023 9/1/2023 9/5/2023--9/8/2023 9/11/2023 ::._ 10/1/2023 Page 44 TO: FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Appendix C: ACH Payments FLU DA. SHE 1 H _ ,.: All Customers of the Florida Sheriffs Association SUBJECT: Florida Sheriffs Association is goingpa;perless! our association is pleased to announce the implementation of acceptingelectronic payments from cristamers. If your agency ar company is dbfe_ta pay via ACH, please consider adding the Florida Sheriffs Association to your list of vendors paid via electronic payment. Florida Sheriffs Association's Banking Information is as follows: checking Account capital city Bank Routing Number:: 0831006813 Account ?dumber: 0010867001 Please email any payment remitta:noe information to a,ccountine@fJsheriiff..ora. If you choose to make ACH payments to the association, there is no additional charge. However, the information above can be used to pay with a wire transfer. If you choose to pay via wire, there is a charge of $25 per wire that you will need to add to your payntent. If you have any questions at all, please contact Trish Eldridge at teldrideeefIsherifrs.ore or call (850) 559-566a. Sincerely, TWA Efifricgile Director of Accounting and Finance Florida Sheriffs Association Page 45 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Appendix D: Federal Clauses Applicability of Third -Party Contract Provisions* (Excluding micro -purchases, except Davis -Bacon requirements apply to construction contracts exceeding $2,000.) In addition to other provisions negotiated with purchasers placing federally funded purchase orders, Vendors must comply with the following provisions upon award of a federally funded purchase order: PROVISION `Professional 'Services A&E operations/ ' (Ylanagement Construction ,, ....: . ` : �. Materials & - SUpplres,' Equal Employment Opportunity All Davis -Bacon Act >$2,000 Copeland "Anti -Kickback" Act 42,000 Contract Work Hours and Safety Standards Act 4100,000 4100,000 4100,000 >$100,000 Rights to Inventions Made Under a Contract or Agreement If the purchase order involves performance of experimental, developmental or research work lithe purchase order involves performance of experimental, developmental or research work If the purchase order involves performance of experimental, developmental or research work If the purchase order involves performance of experimental, developmental or research work Clean Air Act >$150,000 4150,000 4150,000 4150,000 Federal Water Pollution Control Act 4150,000 4150,000 >$150,000 4150,000 Debarment and Suspension All All All All Byrd Anti -Lobbying Amendment 4100,000 4100,000 4100,000 4100,000 Procurement of Recovered Materials All All All All Prohibition on Certain Telecommunications and Video Surveillance Services or Equipment All All All All Domestic Preferences for Procurements All All All All *References to the code of regulations (CFR) or United States Code (USC) were accurate at the time of publication. It is the responsibility of the Bidder to ensure compliance is met of the referenced state and federal laws within the published rules. EQUAL EMPLOYMENT OPPORTUNITY: Except as otherwise provided under 41 CFR Part 60, all contracts that meet the definition of "federally assisted construction contract" in 41 CFR Part 60-1.3 must include the equal opportunity clause provided under 41. CFR 60-1.4(b), in accordance with Executive Order 11246, "Equal Employment Opportunity" (30 FR 12319, 12935, 3 CFR Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and implementing regulations at 41 CFR part 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor." The clause set forth in 41 CFR 60-1.4(b) is incorporated herein by reference. Vendor must comply with this clause and include this clause in all lower -tier federal assisted construction contracts. Page 46 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions DAVIS-BACON ACT, as amended (40 U.S.C. 3141-3148): When required by Federal program legislation, all prime construction contracts in excess of $2,000 awarded by non -Federal entities must include a provision for compliance with the Davis -Bacon Act (40 U.S.C. 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction"). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The non -Federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non -Federal entity must report all suspected or reported violations to the Federal awarding agency. The contracts must also incIuiie a provision for compliance with the Copeland "Anti -Kickback" Act (40 U.S.C. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"). The Act provides that each contractor or subrecipient must be prohibited from Inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non -Federal entity must report all suspected or reported violations to the Federal awarding agency. Vendors performing construction must comply with all applicable provisions of the Davis -Bacon Act and include this clause in all lower -tier subcontracts for construction. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (40 U.S.C., chapter 37): Vendor shall comply with Sections 102 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C., chapter 37), as supplemented by Department of Labor regulations (29 CFR part 5). (a) Overtime requirements. Neither Vendor nor any contractor or subcontractor contracting for any part of the purchase order work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (b) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in Paragraph 15(a), Vendor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, Vendor or such subcontractor shall be liable to the United States (in the case of work done under the Contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in Paragraph 15(a), in the sum of $29 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in Paragraph 15(a) of this section. (c) Withholding for unpaid wages and liquidated damages. Purchaser shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by Vendor or a subcontractor under the purchase order or any other Federal contract with Purchaser, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by Purchaser, such sums as may be determined to be necessary to satisfy any liabilities of Vendor or its subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in Paragraph (a). (d) Subcontracts. Vendor shall insert in any subcontracts over $100,000 for construction and other purposes that involve the employment of mechanics or laborers, the clauses set forth in Paragraphs (a) through (d) and also a clause requiring the subcontractors to include these clauses in any lower -tier subcontracts. RIGHTS TO INVENTIONS MADE UNDER A CONTRACT OR AGREEMENT: If the Federal award meets the definition of "funding agreement" under 37 CFR § 401.2 (a) and the recipient or subrecipient wishes to enter into a contract with Page 47 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that "funding agreement," the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. Vendor shall comply with these requirements when performing a purchase order involving experimental, developmental or research work and flowdown this clause to lower -tier subcontractors performing such work. CLEAN AIR ACT (42 U.S.C. 7401 et seq.) and the FEDERAL WATER POLLUTION CONTROL ACT (33 U.S.C. 1251 etseq.), as amended: Vendor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401 et seq.) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251 et seq.). Violations shall be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). Vendor shall comply with the requirements of Clean Air Act and the Federal Water Pollution Control Act and include this clause in all lower -tier subcontracts with a value over $150,000. DEBARMENT AND SUSPENSION (E.O.s 12549 and 12689): By accepting or performing this purchase order, Vendor certifies that it is not identified in the Exclusions area of the System for Award Management as being currently debarred, suspended, proposed for debarment, or otherwise excluded ("SAM Exclusion"). Vendor shall obtain similar certifications from its lower -tier subcontractors for each subcontract in excess of $25,000 and Vendor shall not award lower -tier subcontracts in excess of $25,000 to an entity subject to a SAM Exclusion. LOBBYING RESTRICTIONS (31 U.S.C. 1352): By accepting or performing this purchase order, Vendor certifies that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Vendor shall also disclose to Purchaser any lobbying with non -Federal funds that takes place in connection with obtaining any Federal award or contract. Vendor shall flow down this clause and require this certification for lower -tier subcontractors with a subcontract of $100,000 or more. Vendor shall provide its disclosure and all disclosures received from lower -tier subcontractors to Purchaser. PROCUREMENT OF RECOVERED MATERIALS: A non -Federal entity that is a state agency or agency of a political subdivision of a state and its contractors must comply with section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the Item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. Vendor shall comply with this clause and include this clause in all lower -tier subcontracts. PROHIBITION ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT: (a) Recipients and subrecipients are prohibited from obligating or expending loan or grant funds to: (1) Procure or obtain; (2) Extend or renew a contract to procure or obtain; or (3) Enter into a contract (or extend or renew a contract) to procure or obtain equipment, services, or systems that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. As described in Public Law 115- 232, section 889, covered telecommunications equipment is telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities). Page 48 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions (i) For the purpose of public safety, security of government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities). (ii) Telecommunications or video surveillance services provided by such entities or using such equipment. (Iii) Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of the National Intelligence or the Director of the Federal Bureau of investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country. (b) In implementing the prohibition under Public Law 115-232, section 889, subsection (f), paragraph (1), heads of executive agencies administering loan, grant, or subsidy programs shall prioritize available funding and technical support to assist affected businesses, institutions and organizations as is reasonably necessary for those affected entities to transition from covered communications equipment and services, to procure replacement equipment and services, and to ensure that communications service to users and customers is sustained. (c) See Public Law 115-232, section 889 for additional information. DOMESTIC PREFERENCES FOR PROCUREMENTS: (a) As appropriate and to the extent consistent with law, the non -Federal entity should, to the greatest extent practicable under a Federal award, provide a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States (including but not limited to iron, aluminum, steel, cement, and other manufactured products). Vendor agrees to comply with the requirements of this clause and include the requirements of this clause in all subawards including all contracts and purchase orders for work or products under this award. (b) For purposes of this section: (1) "Produced in the United States" means, for iron and steel products, that all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States. (2) "Manufactured products" means items and construction materials composed in whole or in part of non- ferrous metals such as aluminum; plastics and polymer -based products such as polyvinyl chloride pipe; aggregates such as concrete; glass, including optical fiber; and lumber. Page 49 A"'' ' . ,:;. . ; a uy ygp.t by W w .� wr, c �...Fv: � t A"''' :Vedors, ^ t .,, , ►ttveeito t .. .... . .. .... : .�r.. ,�. .w..,�.�i?��... ,f�,��,__ . �, . ..s., -q ^���' r .yra<: 4 ,,zr �, .. ..,.;. ..�,.!^���._::� Carlos Acetuno , M7.,6°• ¢ ,4�;� �s..rrv���.�u�f�Y�c�:��,�_� =.,.t �� C .Aceituno@acfpower.com �« ,�T i , �' M --". ����•,: .�, ��`� : r, 'um>�er ACF Standby Systems Equipment Tampa FL (407) 450-5393 Alamo Group Texas LLC Equipment bids@aiamo-group .com Seguin TX (830) 372-9637 All Roads Kenworth, LLC. Equipment Michael Crawf ord mcrawford@allroadstrucks.com Dundalk MD (352) 427-5462 All Roads Kenworth, LLC. Heavy Trucks & Buses Michael Crawford mcrawf ord@allroadstrucks.com Dundalk MD (352) 427-5462 All Traffic Solutions, inc. Equipment Dan Hanrahan dhanrahan@alltraffics olutions .com Chantilly VA (571) 339-3610 Alligato r Alley Harley-Davidson Pursuit, Administrati ve, & Other Vehicles Stephen 0tton stepheno@alligat oralleyharley.com Sunrise FL 954 7935167 Alta Construction Equipment Florida, LLC Equipment Kevin Gray kgray@altaequlpfl .com Tampa FL (813) 391-8159 Ameri-Recreational Sports, LLC Equipment Tom Bond tb ond@arspowersports .com Okeechobee FL (863) 467-0900 Aramsco, Inc. (formerly Stripin g Service and Supply) Equipment Mike Caffr ey mcaffrey@aramsco.com Paulsboro NJ (352) 263-0646 ARI Phoenix, Inc. Equipment Tekia Goodwin teklagoodwin@ari-hetra.com Sharonville OH (513) 229-3750 AssetWorks Inc (formerly Trapeze Software Group Inc)* Electric Vehicle Charging John Crane john.crane@assetworks.com (484) 801-0317 ATMAX Equipment Co. Equipm ent Anne Gilkerson anneg@mawermax .com Tampa FL (813) 634-1111 Bachrodt FT, LLC dba Palmetto Ford of Miami Heavy Trucks & Buses Charlie Rodgers crodgers@palmettof ordtrucks .com Miami FL (305) 470-1334 Bachrodt FT, LLC dba Palmetto Ford of Miami Pursuit, Administrative, Charlie Rodgers crodgers@palmettofordtrucks.com Miami FL 305 4701334 BBA PUMPS Equipment Justin Booth jbooth@bbapumps .com North Charleston SC (843) 849-3676 Beck Chrysler Dodge Je ep Equipment contractinf o@beckfleet .c om palatka FL (386) 937-9394 Blink Network LLC* Electric Vehicle Charging Amy D obrikova adobrik ova@blinkchareine.com Bozard Ford Pursuit, Administrative, Nichole Miller nmiller@bozard.com St. Augustine FL (904)705-5954 (904)705-5955 (402) 987-3412 Bozard Ford * Heavy Trucks & Buses Nichole Miller nmiller@b ozard .c om St. Augustine FL Broyhill Equipment LLC Heavy Trucks & Buses Tammy Steemken accounting @broyhlll.com Dakota City NE Bush Ho g LLC Equipment Jill Sandidge jilt@manufacturerssolutionsteam .com Selma AL (334) 874-2700 Carswell Distributing Company Equipment Andrew Moss amoss@carsw elldist.com Winston-Salem NC (678) 951-5732 Certified lift Installation & Maintenance Corp Equipme nt Paul Stern PJSTERN@LIFTNOW.COM Yorktown Heights NY (914) 424-3479 Clark Equipment Co mpany Equipment Barry Hanson barry.hans on@doosan .com West Fargo ND (701) 241-8793 Container Systems & Equipment Co., Inc. Equipment William Young byoung @containersys .com Dayt ona Beach FL (386) 253-5555 Container Systems & Equipment Co., Inc. Heavy Trucks & Buses William Young byoung@containersys.com Daytona Beach FL (386) 253-5555 Crimson Technology Products, LLC Equipment . Stacie Ce rter searter @crims ontechnologyproducts .com Apopka FL 4074944435 Cumberland International Trucks of Florida Heavy Trucks & Buses Chuck Calhoun ccalhoun@cltte.com Orlando FL (407) 849-6440 DeLand Truck Center, Inc. Equipment Howard Williams howard@delandtruckcentercom Deland FL (386) 734-8740 DeLand Truck Center, Inc. Heavy Trucks & Buses Howard Williams howard@delandtruckcentercom DeLand FL (386) 734-8740 Dobbs Equipment, LLC Equipment Tim Kern timothy. kern@dobbsequipment.c om F ort My ers FL (404) 472-7034 Duke Equipment, Inc Equipment SteveR@ floridaforklift .com Tampa FL (813) 422-0462 Duval Ford LLC Heavy Trucks & Buses Richard Tackett richard.tackett@duvalfleet.com Jacks onville FL (904) 388-2144 Duval Ford LLC Pursuit, Administrative, Richard Tackett richard.tackett@duvalfleet.com Jackson ville FL 904 3882144 EFE, INC Equipment Clint Vaughn cvaughn@evergladesfarmequipment .com Wellingt on FL (561) 897-0693 Embankscape Equipment LLC Equipment Jessica Korthals jkorthals@rcmowersus.com Suamico WI (480) 848-8904 Emergency Vehicles, Inc. (EVI) Fire & Rescue Vehicles, Lee Potter IeeOa evi-fl. com Energreen America Inc Equipment Larry Katzer larry.katze r@energreenamerica.com Aiken SC (706) 724-4739 Environmental Pro ducts Gro up, Inc. Equipment Chris Haase chaase@myepg.com Apopka FL (407) 798-0004 AwarrJed Vendor s,,,. i� � -- ; :.;... _ , . . AcbveonContract „� :: Sales Gontact ,,. ,;,EmajL,_, .,.u, .� ::<., . .<.. .: � :..,. ,`. ....�Y t 3 ^ w > � ii ` lakti g,' .. .. ... ,.... .. ___. _ � zPhone Num6i ETR, LLC. Fir e & R escu e Vehicles, Jerry Michaluk jerrv@etrIlc.org ETR, L.L.C. Pursuit, Administrative, Jerry Michaluk jerrv@etrllc .org Altamonte Springs FL (407) 339-672 Evervac Equipment Equipment Austen Everett Aeverett@Evervacfi.com Tampa FL (352) 213-76-, Excellence, Inc Fire & Rescue Vehicl es, Christina Biller christina@excellance .com Federal Contracts Corp Equipment Equipment Joe Moreno inf o@federalcontractscorp .com jm oreno@floridacoast eq.com Tampa West Palm Beach FL FL (813) 631-00( (561) 209-27( Florida Coast Equipment, Inc. Heavy Trucks & Buses Heavy Trucks & Buses Matthew Peterson Robert Frick Matt.Peterson@csmtruck.com rfrick@fts4buses .com Orland o Tampa FL FL (407) 864-70-, (813) 980-01, Florida Kenworth, LLC Florida Transportation Systems, inc. Ford Mo tor Company dba Ford Pro Charging* Electric Vehicle Charging Pursuit, Administrative, Pursuit, Administrative, Pursuit, Administrative, Gabe de Paz Dan Drake Dan Drake Dan Drake proposals@gr oups .f ord.com ddrake@garbera utomall.com Green Cove Springs Green Cove Springs Green Cove Springs FL FL FL (904) 264-244 (904) 264.244 (904) 264-244 Garber Chevrolet Buick GMC, Inc. ddrake@garberautomall .com Garber Chrysler Do dge Truck, Inc. ddrakePgarberautomall.com Garber Ford Inc GATORM OTO UTILITY VEHICLES AND M ORE LCC Fire & Rescue Vehicles, BrettJackrel biackrel @motoelectricvehicles.com Genserve LLC Equipment Equipm ent Equipment Fire & Rescue Vehicles, Rachel Spence Matt Palmer Ken H ol owecky Dean Jones rspence@genser veinc.com mpalmer@gensetservices.c om kenh@gladeandgrove.com dio nes@metalsharkboats .com Coral Springs P ompano Beach Belle Glade FL FL FL (954) 909-285 (954) 956-92E (561) 996-305 Genset Services, Inc. Glade & Grove Supply Co LLC Gravo is Aluminum Bo ats, LLC DBA Metal Shark Bo ats Great So uthern Equipment (Company) Equipment Ray Ferwerda rferwerda@gsequipment.net Tampa FL (813) 248-49i Green Thumb Palm Beach Equipment jmiller@greenthumbpalmbeach.c om West Palm B each FL (561) 333-235 HD Hyundai Infracore No rth America LLC Equipment Randy Shearin randy.shearin@hhi-di.c om Suwanee GA (678) 714-66E _ Holland Pump Company Equipment Equipment Chad Phares eugene@hollandpump .com chad@humdingerequipment .com West Palm Beach Lubb ock FL TX (561) 697-333 (806) 771-994 Humdinge r Equipment, Ltd. Hydra Service (S), Inc. Equipment Equipment kheller@hydraservice.net ap-warranty@tampacrane .com Debary Tampa FL FL (407) 625-136 (81.3) 246-551 Industrial Truck & Equipment, LLC Industrial Truck & Equipment, LLC Equipment Equipment Equipment Michael Cabera BLAKE@TRUCKSANDPARTS.COM Mlchael .Cabrera@CASEpowered .com hilary @jet- vac.com Tampa Hial eah Gardens Sumter FL FL SC (81.3) 247-662 (786) 774-326 (803)494-442 innovative Equipment Services 2 LLC Jet -Vac Equipment Company, LLC JOBBERS EQUIPMENT WAREHOUSE INC Equipment SUPPORT@JOBBERS MIAMI.COM Miami FL (305) 592-873 K&K Systems, Inc. Equipment Equipment Wayne Kasai Greg Bennett wkasal@k-ksystems.com gre g_bennett@kellytractor.com Bluffton Miami SC FL (662) 372-016 (305) 592-536 Kelly Tractor Co Kenworth of Jacksonville Heavy Trucks & Buses Equipment Ed Costello edco stello@kwjax.com TREID@KNAPHEIDE.CO M Jacksonville Orlando FL FL (904) 739-225 (727) 710-004 Knapheide Truck Equipment Ce nter Linder Industrial Machinery Equipment Lance Boutcher Lance.Boutcher@Linder.c om Orlando FL (407) 849-656 Lov e Power Equipment, Inc Equipment Ed Gurry ed.gurry@Iovepowerequipment .com Homosassa FL (352) 388-79C Matthews Bus Allian ce Inc. Heav y Trucks & Buses Equipme nt Gle nn Matthews M ike Reed bids@matthewsbusesflorida.com fleet.sales@mckibbenps.com Orland o Lake Wales FL FL (407) 717-373 (863) 675-14E McKibben Motorsports LP, Inc McKibben Motorspo rts, Inc Equipment Mike Reed fleet.sales@mckibbenps.com Lake Wales FL (863) 675-14E McKibben Po wersports, Inc Equipment M ike Ree d fleet. sales@mckibbenps.com Lak e Wales FL (863) 675-14E Menzi USA Sales, INC. Equipment sales@menziusa.co m Lakeland FL (863) 603-79i Awarded Vendor Active on •.Contractr Sales. Contact Errafl City '_ State Phone Number: Mersino Dewatering Equipment Jed Church Jed.church@mersino .com Lakeland FL (813) 625-7332 Mid Florida Diesel, Inc Equipment Joe@midfloridadiesel .com Bartow FL 8635190107 Model :1-Coinmercial:Vehicles) Heavy Trucks & Buses Nick Corley biddepartment@creatfvebussal es .c om Chino CA (678) 428-3356 Mullinax Ford of Central Florida Pursuit, Administrative, Jim Finchen jfinchen @mullinaxford .com Apopka FL 407 8897600 MWl pumps Equipment garye@mwipumps.com Ft Lauderdale FL (954) 635-7291 Nacarato Trucks General Partnership Heavy Trucks & Buses Patt on Ahumada patton.ahumada@nacarato .com West Palm Beach FL (561) 406-7214 National Equipment Deale rs, LLC Equipment swoody@nedealers .com Lexington NC (919) 291-5737 National Lift Truck Se rvice Equipment Ist van Gerlach Igerlach@nitsuperstore .com Pompan o Beach FL (754) 224-9100 Nationwide Haul, LLC Equipment Pablo Rodriguez _pabio @nationwidehaul .com Pompano Beach FL (305) 632-1017 Nextran Truck Centers Heavy Trucks & Bus es Anthony Abat ec ola aabatecola@nextranusa .com Jadksonville FL (954) 793-7010 . No rth America Fire Equipme nt Company, Inc. Fire & Rescue Vehicles, Doris Thrasher doris.thrasherginafeco.com Nuvve Ho lding Co rp. * Electric Vehicle Charging Tiffany Hamm ond thamrn ondC anuwe .com Open Access Technology International (OATI) * Electric V ehicle Charging Jerry Dempsey proDosalsC6loati.net . Orlando Freightliner Heavy Trucks & Buses Bob Scharpnick bscharpnick@ orland ofreightlinercom Apopka FL (407) 295-3846. PACE Inc. Equipment jasonf@pacelink.com Lakeland FL (813) 748-1538 Pantropic Power Equipment Greg Benn ett greg_bennett@pantropic.com Miami FL (305) 592-4944 Pat' s Pump & Bbwer Equipment patspump@a ol .com Orlando FL 4078417867 Peterson' s Harley-Davidson of Miami LLC Pursuit, Administrati ve, Cc oor Torrence christyt @petersonsharley.com Miami FL 305 6514811 Phoenix Motorcars Leasing LLC Heavy Trucks & Buses Jose Paul elenac@phoenixmotorcars.com Anaheim CA (909) 987-0815 Rechtien In tern ational Trucks Equipment Carlos Curlin ccorrea@rechtien.com Miami FL (954) 957-8390 Re chtien International Trucks Heavy Trucks & Buses Carlos Cudin ccorrea@rechtien.com Miami FL (954) 957-8390 Recon Po wer Bikes Pursuit, Administrative, Chris Warr en Chris@reconpowerbikes.c om Fort Wayne 1N (888) 485-2589 REV RTC Fire & Rescue Vehicles, Dee Daniels d ee.dani elsarevrtc .com Rhino Ag LLC Equipment Eric Schardt eschardt@rhinoag .com Gibson City IL (217) 200-9452 Ridge Equipment Co., Inc. Equipment Scott Bradley sbradley@ridge-equipment.com Sebring FL (863) 382-4157 RIGHT TRAILERS, INC, Equipment RIGHTTRAILERS@AOL.COM Lakeland FL (863) 667-4448 Ring Power Corporatio n Equipme nt Sarah Griffith sarah .griffith@ringpowercom Jacksonville FL (904) 737-7730 Ring Power Corporation Fire & Rescue Vehicles, . Jay Lusk byluskftringDower.c om Rush Truck Centers of Flo rida, Inc. Heavy Trucks & Buses Wade Bosarge canadinep@rushenterprises.com Tampa FL (813) 559-2324 SBL Freightliner, LLC Heavy Trucks & Buses Donald Maher dmaher@freightiinerfl.c om Pompano Beach FL (954) 545-1017 Semin ole To yo ta Pursuit, Administrative, Sam Numte sbunte@vtaig.com Sanf ord FL 407 3028863 Sieme ns Industry Inc * Electric Vehicle Charging Philip Garces philip.garcest siemens .corn So uth Florida Emergency Ve hicles LLC. Fire & Rescue Vehicles, Kevin Burke kburke('sflev.com Southern Sewer Equipment Sales Equipment info@southernsewercom Fort Pierce FL (772) 595-6940 So uthern State sToyotalift Equipment Shane Po ison spolson@ sstlift.com Jacksonville FL (904) 588-8857 Southern State s ToyotaLift Heavy Trucks & Buses Shane Poison spolson@sstlift. com Jacksonville FL (904) 588-8857 Starke Moto rcars, LLC Pursuit, Administrative, Richard Tackett richard. tadkett@duvalfleet.com Starke FL 904 3882144 Step One A utomotive (Ford Crestview) Pursuit, Administrative, Eric Jore ejore@steponeauto. com Crestview FL 407 2345116 Step One Auto motive Group Pursu it, Administr ativ e, Eric Jo re ejore@ steponeauto.com Crestview FL 407 2345116 Avrarded:Yend or ' .;':Active on;Contr acf ..�. . 5ales'Con[act. • E maH., -� _ .... .._. . .. . ... ., .,... City` " �' ,ti. r 7�s7 . t,a wx�,. .:"*r"�MY . u_ '`:State Phone Ngmbi _ .. Stingray Chevrolet Pursuit, Administrative, Peter P oplel magicpeterfleet@g mail .com Plant City FL 407 2217600 Sun State International Trucks Heavy Trucks & Buses David Metcalf dave .metcalf@sunstateinticom Tampa FL (813) 621-13? Tampa Truck Center Heavy Trucks & Buses Scott Endris sendrls@southporttruck.c om Tampa FL (813) 293-08f Tampa Truck Center Pursuit, Administrati ve, Scott Endris sendris@southp orttruck .c om Tampa FL 813 2930866 Taylor Power Systems, Inc. Equipment toddj @taylorpower .com Clinton MS (251) 504-10f Ten -8 Fire & Safety, LLC Heavy Trucks & Buses Blake Ebben cmorgan@ten8fire .com Bradenton FL (941) 756-77) Ten -8 Fire & Safety, LLC (Ambulances) Fire & Rescue Vehicles, Ci ndy Morgan cmoreanPten8fire.com 941-756-7779 Ten -8 Fire & Safety, LLC (Fire) Fire & Rescu e Vehicles, Blake Ebben bebben@ten8fire.com 941-756-7779 Terradyne Armo red Vehicles Inc. Heavy Trucks & Buses Lucus Witzk e lucus .witzke @terradyneinc.com Newmarket ON (905) 895-101 Terry Taylor's DeLand Nissan, Inc. Pursuit, Administrative, Howard Williams howardwilliams@cfl .rr .com DeLand FL 3867343003 Texas Trailers Sales and Service Eq uipm ent Rick Cr oft rick@texastrailersfl .com Gainesville FL (352) 378-475 Texas Unde rgro und Equipm ent stan@pipehunt er.com Pearland TX (281) 485-959 The Lion Electric Co USA Inc * Electric Vehicle Charging Christopher Ralph christonher .raloh@th elionelectric .com (514) 717-37C The Peterbilt Store Sou th Florida LLC Heavy Trucks & Buses Andy Hallums ahaliums@thepetestore .com Ft Lauderdale FL (954) 584-32C Thompso n Pump & Manufacturing Company Inc. Equipm ent dperry@th ompsonpump .com Port Orange FL (386) 767-731 Tom Evan s Environmental, Inc. Equipment ds@tomevans .com Lakeland FL (863) 619-375 Tradewinds Power Corp. Equipment bfenner@tradewindspower.com Sebring FL (225) 360-50C Tradewinds Power Corp. Equipment Paul Staples pstaples@tradewindspower.com Miami FL 80022 .33289 Treaty Oak Outdoors LLC Pursuit, Administrative, Richard Tack ett Richard.tackett@treatyoakcycle.com Jacksonville FL 904 3436266 TRUCKMA X ISUZU Heavy Trucks & Buses Guillerm o Chez MYTRUCKS101@GMAIL.COM Homestead FL (305) 777-90C TRUCKMAX, INC. Heavy Trucks & Buses Guillerm o Ch ez GCHEZ@TRUCKMAX.C OM Miami FL (305) 720-45C Truckworx Kenworth Heavy Trucks & Buses Rebecca Herrington rebeccac@truckworx .com Defuniak Springs FL (601) 260-295 Verdek LLC * Electric Vehicle Charging Guy Mannino gmannino@ verdek.c om (203) 421-647 Vermeer Southeast Sales Equipment Mark Miller markmiller@vermeersoutheastcor n Orlando FL Vetted Security Solutions Equipment Ihipskind@vettedsecurity.com St . Petersburg FL Vo ltrek LLC* Electric Vehicle Charging Mo hammed Faiz mohammedtalvoltrek.com (978) 378-091 Warren Equipment Inc Equipment rflavin@warrentrailers.com Plant City FL WastewaterSo lutions,LLC Equipment matias@wws-Ilc.c om BocaRaton FL (646) 765-375 Wireless Advanced Vehicle Electrifica tion (WAVE) Inc * Ele ctric Vehicle Charging Jo ry Peppelaar jory(a)waveipt.c om (801) 903-171 Xylem Dewatering Solutions, Inc. Equipment Glenda Young glenda.young@xyleminc.c om Lakeland FL Zabatt Power Systems Equipment jeff. burke@zabatt .com Jacksonvile FL * Indicates v endor is not a federal or state gran t participan t. 30 Years! FLORIDA SHERIFFS ASSOCIATION COOPERATIVE What is the Florida Sheriffs Association Cooperative Purchasing Program (CPP)? What is the Cooperative Purchasing Program? The Florida Sheriffs Association's (FSA) Cooperative Purchasing Program (CPP) provides streamlined purchasing and very competitive prices for sheriffs and other government agencies. The program provides a statewide purchasing contract for vehicles and equipment, from the top manufacturers in the industry. Purchasers can identify their item needs, directly contact the awarded vendor, and order at a pre -negotiated price with ease. The CPP team handles all bids and contract management, so you don't have to. In addition to sheriff's offices, which organizations can purchase off the contracts? The contracts are available to any unit of local government, political subdivision or agency of the State of Florida. This includes, but is not limited to counties, municipalities, sheriffs' offices, clerks, property appraisers, tax collectors, supervisors of elections, school boards or districts, water management districts, police and fire departments, emergency response units, state universities and colleges, or other state, local or regional government entities within the State of Florida. In addition, contracts are available to other entities approved by manufacturers to purchase off the contracts, including out of state sales. What types of vehicles are available? Vehicles offered include pursuit and administrative vehicles, pick-up trucks, SUVs, electric & hybrid vehicles, motorcycles, and heavy truck cab and chassis (up to 60,000Ibs GVWR). Vehicles can be upgraded, downgraded, or built out to fit the needs of the purchaser. What if I know what I need for my organization, but I do not know if it is on the contract or how to customize the item? CPP offers personalized pre -purchase consultations to guide purchasers' step by step through the base models and what options best meet your needs. Contact Ray Griffin: rgriffinaflsheriffs.org or at 904-891-6618. What types of equipment are available? While new items are added during each new contract bid process, some of our most popular equipment purchases are: tires, fire trucks and ambulances, electric power charging stations, trailers, lifts, loaders, excavators, tractors, generators, pumps, roadway advisory boards, and off -road utility vehicles. If there is an item, you need but can't find contact the CPP team at CPP()FISheriffs.org Where do I find the items offered on each contract? • FSA23-EQU21,0: Heavy Equipment • FSA23-VEH21.0 Heavy Trucks and Buses • FSA23-VEL31.0 Pursuit, Administrative. and Other Vehicles COOPERATIVE Er What is the Florida Sheriffs Association Cooperative Purchasing Program (CPP)? • FSA23-VEF17.0: Fire & Rescue Vehicles, Boats & Equipment • FSA22-TR524.0: Tires • FSA22-PWR1.0: Electric Vehicle (EV1 Charging. Other Power Stations, Other Related Equipment & Software Can I use federal or state grant funds to purchase off your contract? As of August 2023, four (4) of the CPP contracts have incorporated federal and state procurements requirements for FEMA, FHWA, and the Department of Transportation. The contracts eligible for this are: FSA23-VEL31.0: Pursuit, Administrative, and Other Vehicles; FSA23-VEH21.0: Heavy Trucks and Buses; FSA23-EQU21.0: Equipment; and FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment . The vendors not participating for this offering to our purchasers are identified with an asterisk in the Vendor Directory. As we advertise new bids, we will continue to incorporate these requirements in all contracts. What are the steps for ordering from the FSA contract? 1. Select the appropriate contract 2. Locate the item group for your purchase on the contract page. Each group provides a drop -down list of all items by expanding the group bar by selecting the arrow to the left of the group name. 3. If options need to be added to the base item, locate the options sheet that corresponds to the awarded vendor using the "Options" link on the item award page. All options must be discounted, and proof of discounts can be requested from the vendor. 4. Contact the awarded vendor for your zone to request a quote using the Vendor Directory located just under the CPP logo on each contract page. While it is recommended that agencies purchase from awarded vendors within their zone, purchasers may elect to utilize a purchaser from a different zone. 5. Issue a purchase order to the vendor, that should include: a. Awarded vendor name and address per contract b. The contract number and title c. Item number and vehicle description d. Purchaser's federal identification number e. Name, phone number and email address for the point of contact at the purchasing agency 6. Forward an executed copy of the purchase order to coop@flsheriffs.org. What if I ordered from a vendor, but their price quote does not match with the award price posted on the FSA website? Please contact our CPP team at CPP@FLSheriffs.org if you run into any issues or have questions. Form W-9 (Rev. Oolober 2018) Department of the Treasury Internal Revenue Service Request for Taxpayer Identification Number and Certification ► Qo to www.lrs.gov/Form W9 for instructions and the latest information. Give Form to the requester. Do not send to the IRS. 0. 0 sf e 0 U O •, a v o. 5 Address (number, street, and apt. or sulte no.).See Instructions. a, 9225 PRIORITY WAY W DRIVE, SUITE 300 1 Name (as shown on your income tax return), Name is required on this line; do not leave this fine blank. MODEL 1 COMMERCIAL VEHICLES, INC. (FKA CREATIVE BUS SALES, INC.) 2 Business name/disregarded entity name, If different from above 3 Check appropriate box for federal tax classification of the person whose name Is entered on line 1. Check only one of the following seven boxes. ❑ individual/sots proprietor or single -member LLC ❑ Limited liability company. Enter the tax ciassiflcatlon (0=0 corporation, S=S corporation, P=Partnership)► Note: Check the appropriate box in the line above for the tax classification of the single -member owner. Do not check ILO If the LLC is classified as a single -member LLC that Is disregarded from the owner unless the owner of the ILO la another LLC that Is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single -member LLC that Is disregarded from the owner should cheok the appropriate box for the lax classification of its owner. ❑ Other (see instructions)► m El C Corporation © S Corporation ❑ Partnership ❑ Trust/estate 0 City, state, and ZIP code INDIANAPOLIS, IN 96240 7 List account number(a) here (optional) 4 Exemptions (codes eppty only to certain entitles, not Individuals; see instructions on page 3): Exempt payee code (if any) 5 Exemption from FATCA reporting code (If any) (Applies to accounts rnelnlelnedeute& the 0.8) Requester's name and address (optional) Part I Taxpayer Identification Number (TIN) Enter your TIN In the appropriate box, The TIN provided must match the name given on line 1 to avoid backup withholding. For Individuals, this Is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the Instructions for Part I, later. For other entities, It is your employer Identification number (EIN). If you do not have a number, see How to get a TIN, later. Note: If the account is In more than one name, see the instructions for line 1. Also see What Name and Number To Give the Requester for guidelines on whose number to enter. on Certification Sodal security number or I Employer Identification number 3 3 0 3 8 8 7 0 7 Under penalties of perjury, I certify that: 1. The number shown on thls form Is my correct taxpayer identification number (or I am waiting for a number to be Issued to me): and 2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the internal Revenue Service (IRS) that lam subjeot to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that 1 am no longer subject to backup withholding; and 3. I am a U.S. citizen or other U.S. person (defined below); and 4, The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because . you have failed to report all interest and dividends on your tax retum. For real estate transactions, item 2 does not apply. For mortgage Interest pald, acquisition or abandonment of secured property, cancellation of debt, contributions to an Individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part 11, later. Sign Here Signature of U.S. person ► General instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest Information about developments related to Form W-9 and Its Instructions, such as legislation enacted after they were published, go to www.lrs.gov/FormW9. Purpose of Form An Individual or entity (Form W-9 requester) who Is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer Identification number (ITIhi), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report an an Information return the amount paid to you, or other amount reportable on an Information return. Examples of Information returns Include, but are not limited to, the following. • Form 1099-1NT (interest earned or paid) Date ► Ol 113f 2023 • Form 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of Income, prizes, awards, or gross proceeds) • Form 1099-9 (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage Interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-0 (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only If you are a U.S. person (Including a resident alien), to provide your correct TIN, if you do not return Form W-8 to the requester with a TIN, you might be subject to backup withholding. See What Is backup withholding, later. Cat. No. 10231X Form W-9 (Rev. 10-2018) Attachment to Form W-9, Request for Taxpayer Identification Number and Certification MODEL 1 COMMERCIAL VEHICLES. INC. (fkal CREATIVE BUS SALES INC. The Federal Employer Identification Number (FEIN) for MODEL 1 COMMERCIAL VEHICLES, INC. (FKA CREATIVE BUS SALES INC.) is 33-0388707. As explained in greater detail below, Creative Bus Sales Inc. Is currently In the process of changing its name to MODEL 1 COMMERCIAL VEHICLES, INC. On June 30, 2023, Creative Bus Sales Inc. filed with the IRS to change the name of the business to Model 1 Commercial Vehicles, Inc. As of the providing of this W-9 form, Model 1 Commercial Vehicles, Inc. has not received confirmation from the IRS of this name change within the IRS system. Additionally, Model 1 Commercial Vehicles, Inc. has changed their address to 9225 Priority Way West Drive, Suite 300, Indianapolis, IN 46240, which appears on the W-9 form. The appropriate paperwork has been filed with the IRS and Model 1 Commercial Vehicles, Inc. is waiting on confirmation from the IRS regarding this change in their system. rirr CITY OF OPA-LOCKA REQUEST FOR PROPOSAL RFP NO. 24-TBA THE PURCHASE OF A 50 PASSENGER BUS Table of Contents I. Proposal Guidelines a. Advertisement b. Proposal Submission C Calendar Events/Important Dates II. Nature of Services Required a. Purpose b. Scope of Work c Contents of Proposal III. General Requirements a Rules for Proposal b. Submission Guidelines C. References IV. Evaluation and Selection Process a. Review of Proposals b. Evaluation Criteria V. Attachments a. PROPOSER QUALIFICATIONS b. PRICE PROPOSAL FORM G CERTIFICATION REGARDING DEBARMENT d. DRUG -FREE WORKPLACE e. NON -COLLUSION AFFIDAVIT f. NON-DISCRIMINATION AFFIDAVIT g. E -VERIFY FORM 2 RFP NO: 24-TBA THE PURCHASE OF A 50 PASSENGER BUS The City of Opa-Locka is requesting bids for the purchase of a brand new, 50 -passenger bus. Proposals can be submitted by mail or through e -bidding on www.demandstar.com. Mailed proposals must reach the City's Clerk Office at 780 Fisherman St, 4th Floor, Opa-Iocka, Florida 33054, by 2:00 pm on TBA. The bidders are responsible for ensuring the delivery of their proposals either by mail or e -bidding. Any RFP Package received by mail after the stated closing time will not be opened and will be returned. The deadline for submitting proposals on Demandstar is 2:00 pm on the due date. The address to submit sealed proposal is listed below: CITY OF OPA-LOCKA Office of the City Clerk 780 Fisherman Street, 4th Floor Opa-Iocka, Florida 33054 An original and six (6) copies for a total of seven (7) plus 1 copy of the Proposal package on USB Flash Drive in PDF format shall be submitted in sealed envelopes/packages addressed to the City Clerk, City of Opa- Iocka, Florida, and marked RFP for Sale of City Owned Property. Proposers desiring information for use in preparing proposals may obtain a set of such documents by visiting the City's website at www.opalockafl.gov or www.demandstar.com. The City reserves the right to accept or reject any and all proposals and to waive any technicalities or irregularities therein. The City further reserves the right to award the contract to that proposer whose proposal best complies with the RFP NO: 24-TBA requirements. Proposers may not withdraw their proposal for a period of ninety (90) days from the date set for the opening thereof. Joanna Flores, CMC City Clerk 3 PART! PROPOSAL GUIDELINES 1-1. Introduction: The City of Opa-Locka seeks bids for the purchase of a brand new, 50 -passenger bus. These services must be efficient and economical, adhere to industry standards and best practices. The Contract will be awarded to the highest ranked Proposer, as described in the Evaluation Procedures Section below. 1-2. Proposal Submission and Withdrawal: The City of Opa-locka will be accepting proposals by mail, however it is Proposer's responsibility to submit Proposer's proposal by the due date. In addition, proposals may be submitted via www.demandstar.com (e -bid). The City must receive all proposals by 2:00 p.m. on TBA. The address to submit sealed proposals is listed below: CITY OF OPA-LOCKA Office of the City Clerk 780 Fisherman Street,4th Floor Opa-locka, Florida 33054 To facilitate processing, please clearly mark the outside of the proposal package as follows: THE PURCHASE OFA 50 PASSENGER BUS. This package shall also include the Proposer's return address. Proposers may withdraw their proposals by notifying the City in writing at any time prior to the deadline for proposal submittal. After the deadline, the proposal will constitute an irrevocable offer, for a period of 90 days. Once opened, proposals become a record of the City and will not be returned to the Proposer. The City cautions Proposers to assure actual delivery of mailed or hand -delivered proposals directly to the City Clerk's Office at 780 Fisherman Street, 4th Floor, Opa-locka, Florida 33054 prior to the deadline set for receiving proposals. Telephone confirmation of timely receipt of the proposal may be made by calling (305) 688-4611 before the proposal closing time. Any proposal received after the established deadline will not be considered and will be returned unopened to the Proposer(s). 1-3. Number of Copies: Proposers shall submit an original and six (6) copies (a total of 7) plus one copy on USB flash drive in PDF format of the proposal in a sealed, opaque package marked as noted above. The Proposer will be responsible for timely delivery, whether by personal delivery, US Mail or any other delivery medium. 4 1-4. Development Costs: Neither the City nor its representatives shall be liable for any expenses incurred in connection with the preparation of a response to this Request for Proposal. Proposers should prepare their proposals simply and economically, providing a straightforward and concise description of the Proposer's ability to meet the requirements of the RFP. 1-5. Inquiries: The City Clerk will receive written requests for clarification concerning the meaning or interpretations of the RFP, until eight (8) days prior to the submittal date. City personnel are authorized only to direct the attention of prospective Proposers to various portions of the RFP so that they may read and interpret such for themselves. No employee of the City is authorized to interpret any portion of this RFP or give information as to the requirements of the RFP in addition to what is contained in the written RFP document. 1-6. Addendum: The City may record its response to inquiries and any supplemental instructions in the form of written addenda. The City may post addenda up to three (3) calendar days before the date fixed for receiving the proposals. Proposers shall contact the City to ascertain whether any addenda have been issued. Failure to do so could result in an unresponsive proposal. Any oral explanation given before the RFP opening will not be binding. All Proposers are expected to carefully examine the proposal documents. Any ambiguities or inconsistencies should be brought to the attention of the City's Purchasing Agent through written communication prior to the opening of the proposals. 1-7. Contract Awards: The City anticipates entering into an Agreement with the Proposer who submits the proposal judged by the City to be most advantageous. The Proposer understands that this RFP does not constitute an offer or an Agreement with the Proposer. An offer or Agreement shall not be deemed to exist and is not binding until proposals are reviewed, accepted by appointed staff, the best proposal has been identified, approved by the appropriate level of authority within the City and executed by all parties. The City reserves the right to reject all proposals, to abandon the project and/or to solicit and re - advertise other proposals. 1-8. Contractual Agreement: This RFP and Consultant/Contractor proposal shall be included and incorporated in the final award. The order of contractual precedence will be the Contract or Agreement document, original Terms and Conditions, and Proposer response. Any and all legal action necessary to enforce the award will be held in Miami -Dade County and the contractual obligations will be interpreted according to the laws of Florida. Any additional contract or agreement requested for consideration by the Proposer must be attached and enclosed as part of the proposal. 5 1-9. Selection Process: The proposals will be evaluated and assigned points. The firm with the highest number of points will be ranked first; however, nothing herein will prevent the City from assigning work to any firm deemed responsive and responsible. The City reserves the right to further negotiate any proposal, including price, with the highest rated Proposer. If an agreement cannot be reached with the highest rated Proposer, the City reserves the right to negotiate and recommend award to the next highest Proposer or subsequent Proposers until an agreement is reached. 1-10. Public Records: Upon award recommendation or ten (10) days after opening, whichever occurs first, proposals become "public records" and shall be subject to public disclosure consistent with Chapter 119 Florida Statutes. Proposers must invoke the exemptions to disclosure provided by law in the response to the RFP and must identify the data or other materials to be protected and must state the reasons why such exclusion from public disclosure is necessary. Document files may be examined during normal working hours. 1-11. News Releases: The Proposer shall obtain the prior approval of the City Manager's Office for all news releases or other publicity pertaining to this RFP or the service, study, or project to which it relates. 1-12. Insurance: The awarded Proposer(s) shall maintain insurance coverage reflecting at least the minimum amounts and conditions specified herein. In the event the Proposer is a governmental entity or a self -insured organization, different insurance requirements may apply. Misrepresentation of any material fact, whether intentional or not, regarding the Proposers' insurance coverage, policies or capabilities may be grounds for rejection of the proposal and rescission of any ensuing Agreement. • Evidence of General Liability coverage with limits not less than $1,000,000 per Occurrence/ $2,000,000 Aggregate (Including Policy Number and Policy Period); • Evidence of Auto Liability coverage with limits not less than $1,000,000 per Occurrence/$1,000,000 Aggregate (Including Policy Number and Policy Period); • Evidence of Workers' Compensation coverage with statutory limits and Employer's Liability coverage with limits not less than $100,000 (Including Policy Number and Policy Period); • The City listed as an additional insured (this may be specifically limited to the specific job(s) the contractor will be performing); • Minimum 30 -day written notice of cancellation. 1-13. Licenses: Proposers, both corporate and individual, must be fully licensed and certified in the State of Florida at the time of RFP submittal. The proposal of any Proposer who is not fully licensed and certified shall be rejected. 1-14. Public Entity Crimes: Award will not be made to any person or affiliate identified on the Florida Department of Management Services' "Convicted Vendor List". This list is defined as consisting 6 of persons and affiliates who are disqualified from public contracting and purchasing processes because they have been found guilty of a public entity crime. No public entity shall award any contract to or transact any business in excess of the threshold amount provided in Section Florida Statutes for Category Two (currently $25,000) with any person or affiliated on the "Convicted Vendor List" for a period of thirty-six (36) months from the date that person or affiliate was placed on the "Convicted Vendor List" unless that person or affiliate has been removed from the list. By signing and submitting the RFP proposal forms, Proposer attests that they have not been placed on the "Convicted Vendor List". 1-15. Code Of Ethics: If any Proposer violates or is a party to a violation of the code of ethics of the City of Opa-locka or the State of Florida with respect to this proposal, such Proposer may be disqualified from performing the work described in this proposal or from furnishing the goods or services for which the proposal is submitted and shall be further disqualified from submitting any future proposals for work, goods or services for the City of Opa-locka. 1-16. Drug -Free Workplace: Preference shall be given to businesses with Drug -Free Workplace (DFW) programs. Whenever two or more proposals which are equal with respect to price, quality, and service are received by the City for the procurement of commodities or contractual services, a proposal received from a business that completes the attached DFW form certifying that it is a DFW shall be given preference in the award process. 1-17. Permits and Taxes: The Proposer shall procure all permits, pay all charges, fees, and taxes, and give all notices necessary and incidental to the due and lawful execution of the work. 1-18. Protests: Protests of the plans, specifications, and other requirements of the request for proposal and bids must be received in writing by the City Clerk's Office at least ten (10) working days prior to the scheduled bid opening. A detailed explanation of the reason for the protest must be included. Protests of the award or intended award of the bid or contract must be in writing and received in the City Clerk's Office within seven (7) working days of the notice of award. A detailed explanation of the protest must be included. 1-19. Termination for Convenience: A contract may be terminated in whole or in part by the City at any time and for any reason in accordance with this clause whenever the City shall determine that such termination is in the best interest of the City. Any such termination shall be affected by the delivery to the contractor at least five (5) working days before the effective date of a Notice of Termination specifying the extent to which performance shall be terminated and the date upon which termination becomes effective. An equitable adjustment in the contract price shall be made for the completed service, but no amount shall be allowed for the anticipated profit on unperformed service. 7 CALENDAR EVENTS EVENT DATE/LOCATION Release Date TBA Pre -Bid Meeting TBA Written Questions Due TBA @ 5:OOpm Email questions to jbergel@opalockafl.gov With Subject line "RFQ No: Bid Questions" Response to Questions TBA @ 5:OOpm Due Date/Bid Opening TBA @ 2:00 pm at: City of Opa-locka Clerk Office 780 Fisherman Street, 4th Floor Opa-locka, Florida 33054 OR Electronic Bid on www.Demandstar.com EVALUATION: Evaluation Committee Meeting (Open to the Public). TBA Award Letter Recommendation TBA Post Award TBA 8 ll'FI CITY OF OPA-LOCKA REQUEST FOR PROPOSAL RFP NO. 24-TBA THE PURCHASE OF A 50 PASSENGER BUS 1 Table of Contents I. Proposal Guidelines a Advertisement b. Proposal Submission c Calendar Events/Important Dates II. Nature of Services Required a Purpose b. Scope of Work c Contents of Proposal III. General Requirements a Rules for Proposal b. Submission Guidelines c References IV. Evaluation and Selection Process a. Review of Proposals b. Evaluation Criteria V. Attachments a PROPOSER QUALIFICATIONS b. PRICE PROPOSAL FORM c CERTIFICATION REGARDING DEBARMENT d. DRUG -FREE WORKPLACE e. NON -COLLUSION AFFIDAVIT f. NON-DISCRIMINATION AFFIDAVIT g. E -VERIFY FORM 2 RFP NO: 24-TBA THE PURCHASE OF A 50 PASSENGER BUS The City of Opa-Locka is requesting bids for the purchase of a brand new, 50 -passenger bus. Proposals can be submitted by mail or through e -bidding on www.demandstar.com. Mailed proposals must reach the City's Clerk Office at 780 Fisherman St, 4th Floor, Opa-locka, Florida 33054, by 2:00 pm on TBA. The bidders are responsible for ensuring the delivery of their proposals either by mail or e -bidding. Any RFP Package received by mail after the stated closing time will not be opened and will be returned. The deadline for submitting proposals on Demandstar is 2:00 pm on the due date. The address to submit sealed proposal is listed below: CITY OF OPA-LOCKA Office of the City Clerk 780 Fisherman Street, 4th Floor Opa-locka, Florida 33054 An original and six (6) copies for a total of seven (7) plus 1 copy of the Proposal package on USB Flash Drive in PDF format shall be submitted in sealed envelopes/packages addressed to the City Clerk, City of Opa- locka, Florida, and marked RFP for Sale of City Owned Property. Proposers desiring information for use in preparing proposals may obtain a set of such documents by visiting the City's website at www.opalockafl.gov or www.demandstar.com. The City reserves the right to accept or reject any and all proposals and to waive any technicalities or irregularities therein. The City further reserves the right to award the contract to that proposer whose proposal best complies with the RFP NO: 24-TBA requirements. Proposers may not withdraw their proposal for a period of ninety (90) days from the date set for the opening thereof. Joanna Flores, CMC City Clerk 3 PART! PROPOSAL GUIDELINES 1-1. Introduction: The City of Opa-Locka seeks bids for the purchase of a brand new, 50 -passenger bus. These services must be efficient and economical, adhere to industry standards and best practices. The Contract will be awarded to the highest ranked Proposer, as described in the Evaluation Procedures Section below. 1-2. Proposal Submission and Withdrawal: The City of Opa-locka will be accepting proposals by mail, however it is Proposer's responsibility to submit Proposer's proposal by the due date. In addition, proposals may be submitted via www.demandstar.com (e -bid). The City must receive all proposals by 2:00 p.m. on TBA. The address to submit sealed proposals is listed below: CITY OF OPA-LOCKA Office of the City Clerk 780 Fisherman Street,4th Floor Opa-locka, Florida 33054 To facilitate processing, please clearly mark the outside of the proposal package as follows:THE PURCHASE OF A 50 PASSENGERBUS. This package shall also include the Proposer's return address. Proposers may withdraw their proposals by notifying the City in writing at any time prior to the deadline for proposal submittal. After the deadline, the proposal will constitute an irrevocable offer, for a period of 90 days. Once opened, proposals become a record of the City and will not be returned to the Proposer. The City cautions Proposers to assure actual delivery of mailed or hand -delivered proposals directly to the City Clerk's Office at 780 Fisherman Street, 4th Floor, Opa-locka, Florida 33054 prior to the deadline set for receiving proposals. Telephone confirmation of timely receipt of the proposal may be made by calling (305) 688-4611 before the proposal closing time. Any proposal received after the established deadline will not be considered and will be returned unopened to the Proposer(s). 1-3. Number of Copies: Proposers shall submit an original and six (6) copies (a total of 7) plus one copy on USB flash drive in PDF format of the proposal in a sealed, opaque package marked as noted above. The Proposer will be responsible for timely delivery, whether by personal delivery, US Mail or any other delivery medium. 4 1-4. Development Costs: Neither the City nor its representatives shall be liable for any expenses incurred in connection with the preparation of a response to this Request for Proposal. Proposers should prepare their proposals simply and economically, providing a straightforward and concise description of the Proposer's ability to meet the requirements of the RFP. 1-5. Inquiries: The City Clerk will receive written requests for clarification concerning the meaning or interpretations of the RFP, until eight (8) days prior to the submittal date. City personnel are authorized only to direct the attention of prospective Proposers to various portions of the RFP so that they may read and interpret such for themselves. No employee of the City is authorized to interpret any portion of this RFP or give information as to the requirements of the RFP in addition to what is contained in the written RFP document. 1-6. Addendum: The City may record its response to inquiries and any supplemental instructions in the form of written addenda. The City may post addenda up to three (3) calendar days before the date fixed for receiving the proposals. Proposers shall contact the City to ascertain whether any addenda have been issued. Failure to do so could result in an unresponsive proposal. Any oral explanation given before the RFP opening will not be binding. All Proposers are expected to carefully examine the proposal documents. Any ambiguities or inconsistencies should be brought to the attention of the City's Purchasing Agent through written communication prior to the opening of the proposals. 1-7. Contract Awards: The City anticipates entering into an Agreement with the Proposer who submits the proposal judged by the City to be most advantageous. The Proposer understands that this RFP does not constitute an offer or an Agreement with the Proposer. An offer or Agreement shall not be deemed to exist and is not binding until proposals are reviewed, accepted by appointed staff, the best proposal has been identified, approved by the appropriate level of authority within the City and executed by all parties. The City reserves the right to reject all proposals, to abandon the project and/or to solicit and re - advertise other proposals. 1-8. Contractual Agreement: This RFP and Consultant/Contractor proposal shall be included and incorporated in the final award. The order of contractual precedence will be the Contract or Agreement document, original Terms and Conditions, and Proposer response. Any and all legal action necessary to enforce the award will be held in Miami -Dade County and the contractual obligations will be interpreted according to the laws of Florida. Any additional contract or agreement requested for consideration by the Proposer must be attached and enclosed as part of the proposal. 5 1-9. Selection Process: The proposals will be evaluated and assigned points. The firm with the highest number of points will be ranked first; however, nothing herein will prevent the City from assigning work to any firm deemed responsive and responsible. The City reserves the right to further negotiate any proposal, including price, with the highest rated Proposer. If an agreement cannot be reached with the highest rated Proposer, the City reserves the right to negotiate and recommend award to the next highest Proposer or subsequent Proposers until an agreement is reached. 1-10. Public Records: Upon award recommendation or ten (10) days after opening, whichever occurs first, proposals become "public records" and shall be subject to public disclosure consistent with Chapter 119 Florida Statutes. Proposers must invoke the exemptions to disclosure provided by law in the response to the RFP and must identify the data or other materials to be protected and must state the reasons why such exclusion from public disclosure is necessary. Document files may be examined during normal working hours. 1-11. News Releases: The Proposer shall obtain the prior approval of the City Manager's Office for all news releases or other publicity pertaining to this RFP or the service, study, or project to which it relates. 1-12. Insurance: The awarded Proposer(s) shall maintain insurance coverage reflecting at least the minimum amounts and conditions specified herein. In the event the Proposer is a governmental entity or a self -insured organization, different insurance requirements may apply. Misrepresentation of any material fact, whether intentional or not, regarding the Proposers' insurance coverage, policies or capabilities may be grounds for rejection of the proposal and rescission of any ensuing Agreement. • Evidence of General Liability coverage with limits not less than $1,000,000 per Occurrence/ $2,000,000 Aggregate (Including Policy Number and Policy Period); • Evidence of Auto Liability coverage with limits not less than $1,000,000 per Occurrence/$1,000,000 Aggregate (Including Policy Number and Policy Period); • Evidence of Workers' Compensation coverage with statutory limits and Employer's Liability coverage with limits not less than $100,000 (Including Policy Number and Policy Period); • The City listed as an additional insured (this may be specifically limited to the specific job(s) the contractor will be performing); • Minimum 30 -day written notice of cancellation. 1-13. Licenses: Proposers, both corporate and individual, must be fully licensed and certified in the State of Florida at the time of RFP submittal. The proposal of any Proposer who is not fully licensed and certified shall be rejected. 1-14. Public Entity Crimes: Award will not be made to any person or affiliate identified on the Florida Department of Management Services' "Convicted Vendor List". This list is defined as consisting 6 of persons and affiliates who are disqualified from public contracting and purchasing processes because they have been found guilty of a public entity crime. No public entity shall award any contract to or transact any business in excess of the threshold amount provided in Section Florida Statutes for Category Two (currently $25,000) with any person or affiliated on the "Convicted Vendor List" for a period of thirty-six (36) months from the date that person or affiliate was placed on the "Convicted Vendor List" unless that person or affiliate has been removed from the list. By signing and submitting the RFP proposal forms, Proposer attests that they have not been placed on the "Convicted Vendor List". 1-15. Code Of Ethics: If any Proposer violates or is a party to a violation of the code of ethics of the City of Opa-locka or the State of Florida with respect to this proposal, such Proposer may be disqualified from performing the work described in this proposal or from furnishing the goods or services for which the proposal is submitted and shall be further disqualified from submitting any future proposals for work, goods or services for the City of Opa-locka. 1-16. Drug -Free Workplace: Preference shall be given to businesses with Drug -Free Workplace (DFW) programs. Whenever two or more proposals which are equal with respect to price, quality, and service are received by the City for the procurement of commodities or contractual services, a proposal received from a business that completes the attached DFW form certifying that it is a DFW shall be given preference in the award process. 1-17. Permits and Taxes: The Proposer shall procure all permits, pay all charges, fees, and taxes, and give all notices necessary and incidental to the due and lawful execution of the work. 1-18. Protests: Protests of the plans, specifications, and other requirements of the request for proposal and bids must be received in writing by the City Clerk's Office at least ten (10) working days prior to the scheduled bid opening. A detailed explanation of the reason for the protest must be included. Protests of the award or intended award of the bid or contract must be in writing and received in the City Clerk's Office within seven (7) working days of the notice of award. A detailed explanation of the protest must be included. 1-19. Termination for Convenience: A contract may be terminated in whole or in part by the City at any time and for any reason in accordance with this clause whenever the City shall determine that such termination is in the best interest of the City.Any such termination shall be affected by the delivery to the contractor at least five (5) working days before the effective date of a Notice of Termination specifying the extent to which performance shall be terminated and the date upon which termination becomes effective. An equitable adjustment in the contract price shall be made for the completed service, but no amount shall be allowed for the anticipated profit on unperformed service. 7 CALENDAR EVENTS EVENT DATE/LOCATION Release Date TBA Pre -Bid Meeting TBA Written Questions Due TBA @ 5:00pm Email questions to With Subject line "RFQ No: Bid Questions" jbergel@opalockafl.gov Response to Questions TBA @ 5:00pm Due Date/Bid Opening TBA @ 2:00 pm at: City of Opa-locka Clerk Office 780 Fisherman Street, 4th Floor Opa-locka, Florida 33054 OR Electronic Bid on www.Demandstar.com EVALUATION: Evaluation Committee Meeting (Open to the Public). TBA Award Letter Recommendation TBA Post Award TBA 8 PART II NATURE OF SERVICE I. PURPOSE OF THIS REQUEST FOR PROPOSAL (RFP) The City is soliciting bids for the purchase of one (1) brand new, current model year, 50 -Passenger bus. The following specifications represent the minimum requirements the City seeks or seeks information about your offering. Please answer each yes/no question, or state what is being offered where asked. If several choices are available, state the choices available and any price adders/subtractors associated with those choices. SPECIFICATIONS for 50 Passenger Bus with Luggage Compartment, and 2 Wheelchairs, 1 Lift MINIMUM SPECIFICATIONS AS SHOWN BELOW FOR EACH SPECIFICATION ITEM, PLEASE ANSWER EACH YES/NO QUESTION, OR STATE WHAT IS BEING OFFERED WHERE ASKED. PLEASE STATE ANY ADDITIONAL COST TO PROVIDE THESE ITEMS IF THEY ARE NOT ALREADY INCLUDED IN YOUR PRICE. GENERAL REQUIREMENTS • New, never titled vehicle YES NO • 50 passengers YES NO • Vehicle meets all applicable Federal Motor Vehicle Safety Standards (FMVSS) YES NO CHASSIS SPECIFICATIONS • Chassis MODEL BRAND YEAR • Engine DISPLACEMENT NUMBER OF CYLINDERS FUEL • Transmission AUTOMATIC? YES NO NUMBER OF FORWARD SPEEDS OVERDRIVE? YES NO • GVWR RATING, POUNDS • Rear Axle Ratio 1 • Heavy Duty suspension package YES NO • Wheelbase — as required by body manufacturer INCHES ,, Page • Dual Rear Wheels? YES NO • Tires NUMBER OF TIRES TOTAL (INCLUDING SPARE IF INCLUDED) STATE TIRE BRAND AND SIZE(S) SPECIFICATIONS for 50 Passenger Bus with Luggage Compartment, and 2 Wheelchairs, 1 Lift • Power 4 -wheel disc brakes with Anti -lock Brake System? YES NO • Power steering? YES NO • Tilt wheel? YES NO • Cruise control? YES NO • Alternator AMPERE OUTPUT • Batteries DUAL? YES NO HEAVY DUTY? YES NO • Fuel tank GALLONS CAPACITY • Heavy duty cooling system package? YES NO • Tinted glass? YES NO • Interior hood release? YES NO • Dual electric intermittent type windshield wipers with windshield washers? YES NO • Front air bags? YES NO • Odometer, Speedometer, Fuel Gauge, Oil Pressure Gauge, Water Temperature Gauge, Voltmeter? YES NO • Chrome front bumper and grill accent? YES NO BODY SPECIFICATIONS CLIMATE CONTROL • Rear air conditioning with rear heat coil. REAR A/C BTU'S REAR HEATER BTU'S DOORS AND WINDOWS • Dark tint frameless flat glass windows? YES NO • Emergency exit windows side and rear? YES NO • Full view electric entrance door with full tempered glass? YES NO Page • Exterior entrance door key switch? YES NO ELECTRICAL EXTERIOR • ICC lighting marker lights? YES NO • LED stop, tail, turn and marker lights? YES NO • License plate light? YES NO • Lights meet federal and state requirements? YES NO Page SPECIFICATIONS for 50 Passenger Bus with Luggage Compartment, and 2 Wheelchairs, 1 Lift ■ Reverse alarm? YES NO ELECTRICAL INTERIOR ■ Body electrical panel mounted inside? YES NO ■ Passenger compartment courtesy lights? YES NO ■ Entrance step well lights? YES NO ■ Driver courtesy light? YES NO ■ Color coded wiring harness? YES NO FEATURES EXTERIOR ■ Steel rear bumper with FRP cover? YES NO ■ Welded steel cage construction? YES NO ■ Fiberglass fuel surround? YES NO ■ Fiberglass running boards? YES NO ■ Undercoating? YES NO ■ Velvac breakaway mirrors with convex? YES NO FEATURES INTERIOR ■ Safety Stanchions? YES NO ■ Drivers control console within reach of driver? YES NO ■ Stanchion/modesty panel at entrance door? YES NO ■ Interior STATE COLOR CHOICES AVAILABLE FLOORING • Black rubber with ribbed steps and aisle and smooth under seats? YES NO ■ White safety step nosings? YES NO • Sub floor STATE SUB FLOOR CONSTRUCTION PAINT AND LETTERING ■ Bright white body and cab? YES NO • White powder coated wheels? YES NO • Exterior graphics STATE CHOICE OF COLORS AND PROVIDE SAMPLES OF GRAPHICS CHOICES Page SPECIFICATIONS for 50 Passenger Bus with Luggage Compartment, and 2 Wheelchairs, 1 Lift PASSENGER SEATING • Track seating? YES NO • High back reclining driver and copilot seat with arm rest? YES NO • Mid back bucket passenger seats? YES NO • Heavy Duty Cloth? YES NO • Heavy Duty Vinyl? YES NO • Retractable passenger seat belts (13)? YES NO • Seating arrangement per attachment F YES NO • Manufacturer's information included? YES NO LUGGAGE • Separate luggage compartment YES NO • Luggage compartment capacity Cu. Ft. • Luggage compartment light? YES NO • Single heavy duty luggage door? YES NO • Roof hatch? YES NO MISCELLANEOUS • Safety equipment: Fire extinguisher, First aid kit, Reflector triangles included? YES NO • State of Florida safety inspection included? YES NO • AM/FM/CD/Bluetooth Radio YES NO • Number of keys provided. State number of keys provided TOTAL PRICE* OF VEHICLE, INCLUDING ALL FEES $ (DESTINATION, DELIVERY**, TITLE AND LICENSE, ETC), EXCLUSIVE OF ANY ADDITIONAL COSTS STATED ABOVE LEAD TIME, AFTER RECIEPT OF PURCHASE ORDER Weeks *NOTE: All prices shall be held firm for a period of 90 days after bid opening. **NOTE: Dealer shall deliver to the City of Opa locka, 780 Fisherman Street, Opa Locka, FL, 33054 Page 6 ADDITIONAL INFORMATION, Please submit with your pricing proposal any additional literature or information describing the features, function, and benefits of the bus you are proposing. STANDARD WARRANTY State all details of standard factory warranty for both Body and Chassis: BODY WARANTY COMPONENTS COVERED MONTHS/MILES CHASSIS WARANTY COMPONENTS COVERED MONTHS/MILES Page EXTENDED WARRANTY State all details and pricing of Extended Warranty plans offered: COMPONENTS COVERED MONTHS/MILES PRICE SALES, SERVICE. AND PARTS Provide information for the Sales, Service and Parts center nearest to the City of Opa locka: Name of Company: Address: City, State and Zip: Sales Contact Name, telephone number, fax number and e-mail address: Service Contact Name, telephone number, fax number and e-mail address: Parts Contact Name, telephone number, fax number and e-mail address: FLOOR LAYOUT Please provide the dimensions of the bus. Page PART III PROPOSAL REQUIREMENTS 3-1 RULES FOR PROPOSALS In order to maintain comparability and enhance the review process, proposals shall be organized in the manner specified below and include all information required herein. The proposal must name all persons or entities interested in the proposal as principals. The proposal must declare that it is made without collusion with any other person or entity submitting a proposal pursuant to this RFQ. 3-2 SUBMISSION OF PROPOSALS The proposal shall be submitted on 8 1/2 "x 11" paper, portrait orientation, with headings and sections numbered appropriately. Ensure that all information is written legibly or typed. The following should be submitted for a proposing firm to be considered: 3.2.1 Cover Page - Show the name of Proposer's agency/firm, address, telephone number, name of contact person, date, and the proposal number and description. 3.2.2 Tab 1- Table of Contents Include a clear identification of the material by section and by page number. 3.2.3 Tab 2 - Letter of Transmittal 3.2.3.1 Limit to one or two pages. 3.2.3.2 Briefly state the Proposers understanding of the work to be done and make a positive commitment to perform the work. 3.2.3.3 Give the names of the persons who will be authorized to make representations for the Proposer, their titles, addresses and telephonenumbers. 3.2.3.4 Provide an official signature of a Corporate Officer certifying the contents of the Proposer's responses to the City's Request for Proposal. 3.2.4 Tab 3 - General Information 3.2.4.1 Name of Business. 3.2.4.2 Mailing Address and Phone Number. 3.2.4.3 Names and contact information of persons to be contacted for information or services if different from name of person in charge. 3.2.4.4 Normal business hours. 3.2.4.5 State if business is local, national, or international and indicate the business legal status (corporation, partnership, etc.). 11 3.2.4.6 Give the date business was organized and/or incorporated, and where. 3.2.4.7 Give the location of the office from which the work is to be done and the number of professional staff employees at that office. 3.2.4.8 Indicate whether the business is a parent or subsidiary in a group of firms/agencies. If it is, please state the name of the parent company. 3.2.4.9 State if the business is licensed, permitted and/or certified to do business in the State of Florida and attach copies of all such licenses issued to the business entity. 3.2.5 Tab 4 — Project Approach Describe in detail your proposal to fulfill the requirements of the scope of services listed in section 2.2 of this RFQ. 3.2.6 Tab 5 — Experience and Qualifications 3.2.6.1 Specify the number of years the Proposer has been in business. 3.2.6.2 Identify the Proposer's qualifications to perform the services identified in this RFQ as listed in section 2-2 of the Scope of Services. Include resumes, not exceeding one page each, of all key personnel who will be assigned to the City. 3.2.7 Tab 6 —Schedule 3.2.7.1 Include a timetable that identifies the amount of time required to complete each component of the Program. 3.2.7.2 Indicate the earliest available start date for your project team. 3.2.7.3 Indicate the project completion date based on the date provided in 3.2.7.1. 3.2.8 Tab 7 — Pricing of Services 3.2.8.1 Fee basis should be an all-inclusive, base fee. 3.2.9 Tab 8 — References 3.2.9.1 List a minimum of three (3) references in Florida for which the proposer has provided elevator services. Include the name of the organization, brief description of the project, name of contact person telephone number and email address. 3.2.10 Tab 9 — Additional Forms Proposers must compete and submit as part of its Proposal all of the following forms and/or documents. FAILURE TO SUBMIT ALL OF THE ABOVE REQUIRED DOCUMENTATION MAY DISQUALIFY THE PROPOSER. 12 PART IV EVALUATION OF PROPOSALS 4-1 SELECTION COMMITTEE A Selection Committee, consisting of City personnel, will convene, review, and discuss all proposals submitted. The Selection Committee will use a point formula during the review process to score proposals and assign points in the evaluation process in accordance with the evaluation criteria. The Proposer shall satisfy and explicitly respond to all the requirements of the RFQ including a detailed explanation of how the services shall be performed. Each proposal will be reviewed to determine if the Proposal is responsive to the submission requirements outlined in the Solicitation. A responsive Proposal is one which follows the requirements of this Solicitation which includes all documents are submitted in the format outlined in this Solicitation, is of timely submission, and has the appropriate signatures as required on each document. Failure to comply with these requirements may result in the Proposal being deemed non- responsive. The Contract (s) will be awarded to the most responsive proposer whose Proposal best serves the interest of and represents the best values to the City of Opa-locka. 4-2 EVALUATION CRITERIA The Committee may select and choose to invite any and/or or all firms to make a presentation and be interviewed by the Committee as part of the evaluation process for this Solicitation. The Committee's decision will be communicated by staff to all Respondents. The Respondent's presentation may clarify but may not modify their submitted proposal. Any discussion between the presenter (s) and Evaluation Committee during presentations are intended only for purposes of providing clarification in response to questions from the Committee. Categories Points Category 1. Conformity with specifications and requirements of the RFP 15 Category 2. Terms of delivery and Availability of local Service Center 15 Category 3. Reference: Three (3) required. 10 Category 4. Fee schedule: Cost of proposal (Pricing) 60 TOTAL 100 13 4-3 ORAL PRESENTATIONS Proposers may be required to make individual presentations to the City Selection Committee in order to clarify their proposals. Only those firms with the highest rated scores in accordance with the stated criteria and their weights will be invited to give oral presentations. However, the City has the right to accept the best proposal as submitted, without discussion or negotiation. If the City determines that such presentations are needed, a time and place will be scheduled for oral presentations. Each Proposer shall be prepared to discuss and substantiate any of the areas of the proposal submitted, and its qualifications to perform the specified services. During the oral presentations, the Proposers should relate their discussion to the evaluation criteria, which will include (but not be limited to) their approach to the project. The proposed Project Manager must be in attendance. The Evaluation Criteria may be changed for the oral presentation evaluation phase. References and site visits (if completed) shall be included in the final evaluation criteria, along with other criteria and weights as determined by the Selection Committee. Finalists will be informed as to the revised criteria, if any, prior to their oral presentation. Additionally, prior to award of an Agreement pursuant to this RFQ, the City may require Proposers to submit such additional information bearing upon the Proposer's ability to perform the services in the Agreement as the City deems appropriate. 4-4 FINAL SELECTION The City of Opa-Iocka will select the firm that meets the best interests of the City. The City shall be the sole judge of its own best interests, the proposals, and the resulting negotiated agreement. The City's decisions will be final. Following the notification of the selectedfirm, it is expected that an Agreement will be executed between both parties. City staff will recommend award to the responsible Proposer whose Proposal is determined to provide overall best value to the City, considering the evaluation factors in this RFP. 4-5 AWARD AND CONTRACT EXECUTION After review by the Selection Committee of the proposals and oral presentations a recommendation will be made to the City Manager for submission to the City Commission for final approval. Upon Commission authorization, contract negotiations will be initiated with the first ranked firm. If those negotiations are unsuccessful, the City will formally terminate negotiations with the first ranked firm and will commence contract negotiations with the next ranked firm, etc. Upon successful contract negotiations with the prevailing firm, the remaining firms will be notified that the process has been completed and that they were not selected. 14 PRICE PROPOSAL FORM Prices submitted on this document should be considered firm for a period of ninety (90) days from the due date as stated on the cover sheet of this document. Prices are to be inclusive of all fees, including but not limited to travel, fuel, vehicle fees, environmental/disposal fees, etc. BASE LUMP SUM PRICE: $ SUBMITTED THIS BID SUBMITTED BY: DAY OF 2023. Company Telephone Number Name of Person Authorized to Submit Bid Signature Title Fax Number Email Address 15 CITY OF OPA-LOCKACERTIFICATION REGARDING DEBARMENT, SUSPENSION 1. The Proposer certifies, to the best of its knowledge and belief, that the Proposer and/or any of its Principals: A. Are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency. B. Have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, state, or local) contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, or receiving stolen property; and C. Are not presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in paragraph 1-B of this provision. 2. The Proposer has not, within a three-year period preceding this offer, had one or more contracts terminated for default by any City, State or Federal agency. A. "Principals," for the purposes of this certification, means officers; directors; owners; partners; and persons having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a subsidiary, division, or business segment, and similar positions). This Certification Concerns a Matter Within the Jurisdiction of an Agency of the United States and the Making of a False, Fictitious, or Fraudulent Certification May Render the Maker Subject to Prosecution Under Section 1001, Title 18, United States Code. B. The Proposer shall provide immediate written notice to the Contracting Officer if, at any time prior to contract award, the Proposer learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. C. A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Proposer's responsibility. Failure of the Proposer to furnish a certification or provide such additional information as requested by the Contracting Officer may render the Proposer non- responsive. D. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of a Proposer is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. E. The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Proposer knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default. AS THE PERSON AUTHORIZED TO SIGN THE STATEMENT, I CERTIFY THAT THIS FIRM COMPLIES FULLY WITH THE ABOVE REQUIREMENTS. Signature Printed Name 16 CITY OF OPA-LOCKA DRUG -FREE WORKPLACE CERTIFICATION FORM Whenever two (2) or more bids/proposals, which are equal with respect to price, quality, and service, are received by the CITY OF OPA-LOCKA for the procurement of commodities or contractual services, a bid/proposal received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. In order to have a drug -free workplace program, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of controlled substances is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug - free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in number (1). 4. In the statement specified in number (1), notify the employees that as a condition for working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction on or plea of guilty or no contest to any violation of Chapter 893, Florida Statutes or of any controlled substance law of the United States or any singular state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of Section 287.087, Florida Statutes. This Certification is submitted by the (Name) of (Title/Position) (Company) who does hereby certify that said Company has implemented a drug -free workplace program, which meets the requirements of Section 287.087, Florida Statutes, which are identified in numbers (1) through (6) above. Date Signature 17 NON -COLLUSION AFFIDAVIT STATE OF FLORIDA - COUNTY OF MIAMI DADE being first duly sworn, deposes and says that: (1) He/She/They is/are the (Owner, Partner, Officer, Representative or Agent) of the PROPONENT that has submitted the attached proposal; (2) He/She/They is/are fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Proposal; (3) Such Proposal is genuine and is not a collusive or sham Proposal; (4) Neither the said PROPONENT nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other PROPONENT, firm, or person to submit a collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; or to refrain from Proposing in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any PROPONENT, firm, or person to fix any overhead, profit, or cost elements of the Proposal or of any other PROPONENT, or to fix any overhead, profit, or cost elements of the Proposed Price or the Proposed Price of any other PROPONENT, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; (5) The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the PROPONENT or any other of its agents, representatives, owners, employees or parties of interest, including this affiant. Signed, sealed and delivered in the presence of: By: Witness Signature Witness Print Name and Title 18 NON-DISCRIMINATION AFFIDAVIT I, the undersigned, hereby duly sworn, depose and say that the organization, business or entity represented herein shall not discriminate against any person in its operations, activities or delivery of services under any agreement it enters into with the City of Opa-locka. The same shall affirmatively comply with all applicable provisions of federal, state and local equal employment laws and shall not engage in or commit any discriminatory practice against any person based on race, age, religion, color, gender, sexual orientation, national origin, marital status, physical or mental disability, political affiliation or any other factor which cannot be lawfully used as a basis for service delivery. By: Title: Sworn and subscribed before this day of , 20 Notary Public, State of Florida (Printed Name) My commission expires: 19 E -VERIFY Effective January 1, 2021, public and private employers, contractors, and subcontractors will be required to register with, and use of the E -verify system in order to verify the work authorization status of all newly hired employees. Vendor/Consultant/Contractor acknowledges and agrees to utilize the U.S. Department of Homeland Security's E- Verify System to verify the employment eligibility of: a) All persons employed by Vendor/Consultant/Contractor to perform employment duties within Florida during the term of the contract; and b) All persons (including sub-vendors/sub-contractors) assigned by Vendor/Consultant/ Contractor to perform work pursuant to the contract with the Department. The Vendor /Consultant/ Contractor acknowledges and agrees that use of the U.S. Department of Homeland Security's E -Verify System during the term of the contract is a condition of the contract with the City; and By entering into a Contract, the Contractor becomes obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes but is not limited to utilization of the E- Verify System to verify the work authorization status of all newly hired employees, and requiring all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The contractor shall maintain a copy of such affidavit for the duration of the contract. Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. If t contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of 1 year after the date of termination. The Contractor acknowledges it is liable to the City for any additional costs as a result of termination of the contract due to Contractor's failure to comply with the provisions herein. 22 E -VERIFY FORM Definitions: "Contractor" means a person or entity that has entered or is attempting to enter into a contract with a public employer to provide labor, supplies, or services to such employer in exchange for salary, wages, or other remuneration. "Subcontractor" means a person or entity that provides labor, supplies, or services to or for a contractor or another subcontractor in exchange for salary, wages, or other remuneration. Effective January 1, 2021, public and private employers, contractors and subcontractors will begin required registration with, and use of the E -verify system in order to verify the work authorization status of all newly hired employees. Vendor/Consultant/Contractor acknowledges and agrees to utilize the U.S. Department of Homeland Security's E -Verify System to verify the employment eligibility of: a) All persons employed by Vendor/Consultant/Contractor to perform employment duties within Florida during the term of the contract; and b) All persons (including sub-vendors/subcompanies/subcontractors) assigned by Vendor/Consultant/Contractor to perform work pursuant to the contract with the Department. The Vendor/Consultant/Contractor acknowledges and agrees that use of the U.S. Department of Homeland Security's E -Verify System during the term of the contract is a condition of the contract with the City of Opa-locka; and Should vendor become successful Contractor awarded for the above -named project, by entering into this Contract, the Contractor becomes obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes but is not limited to utilization of the E -Verify System to verify the work authorization status of all newly hired employees, and requiring all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The contractor shall maintain a copy of such affidavit for the duration of the contract. Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. If this contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of 1 year after the date of termination. Company Name: Authorized Signature: Print Name: Title: Date: 23 Page Awarded Vendor Active on Contract Sales Contact Email City State Phone Number ACF Standby Systems Equipment Carlos Acetuno C.Aceituno@acfpower .com Tampa FL (407) 450-5393 Alamo Group Texas LLC Equipment bids@alamo-group .com Seguin TX (830) 372-9637 All Roads Kenworth, LLC. Equipment Michael Crawford mcrawford @allroadstrucks.com Dundalk MD (352) 427-5462 All Roads Kenworth, LLC. Heavy Trucks & Buses Michael Crawford mcrawford@allroadstrucks .c om Dundalk MD (352) 427-5462 All Traffic So lutions, Inc. Equipment Dan Hanrahan dhanrahan@alltrafficsolutions .com Chantilly VA (571) 339-3610 Alligator Alley Harley-Davidson Pursuit, Administrative, & Other Vehicles Stephen Otton stephen o@alligat oralleyharley .c om Sunrise FL 954 7935167 Alta Construction Equipme nt Florida, LLC Equipment Kevin Gray kgray@altaequipfl .com Tampa FL (813) 391-8159 Ameri-Recreational Sports, LLC Equipment Tom Bond tbond@arspowersp orts.com Okeechobee FL (863) 467-0900 Aramsco, Inc. (fo rmerly Striping Service and Supply) Equipment Mike Caffrey mcaffrey @aramsco .com Paulsboro NJ (352) 263-0646 ARI Phoenix, Inc. Equipment Tekla Goodwin teklag oodwin@ari-hetra.com Sharonville OH (513) 229-3750 AssetWorks Inc (formerly Trapeze So ftware Group Inc)* Electric Vehicle Charging John Crane john .crane@assetworks .c om (484) 801-0317 ATMAX Equipment Co. Equipment Anne Gilkerson anneg@mowermax.com Tampa FL (813) 634-1111 Bachrodt FT, LLC dba Palmetto Fo rd of Miami Heavy Trucks & Buses Charlie R odgers crodgers@palmettofordtrucks .com Miami FL (305) 470-1334 Bachrodt FT, LLC dba Palmetto Ford of Miami Pursuit, Administrative, Charlie Rodgers cr odgers@palmettofordtrucks .com Miami FL 305 4701334 BBA PUMPS Equipment Justin Booth jbooth@bbapumps .com North Charleston SC (843) 849-3676 Beck Chrysler Dodge Jeep Equipment contractinfo @beckfleet .com palatka FL (386) 937-9394 Blink Network LLC* Electric Vehicle Charging Amy Dobrikova ad obrikovaPblinkcharging.com Bozard Ford Pursuit, Administrative, Nich ole Miller nmiller@bozard.com St . Augustine FL (904)705-5954 Bozard Ford * Heavy Trucks & Buses Nich ole Miller nmiller@b ozard .com St . Augustine FL (904)705-5955 Broyhill Equipment LLC Heavy Trucks & Buses Tammy Steemken accounting @broyhill.com Dakota City NE (402) 987-3412 Bush Hog LLC Equipment Jill Sandidge jill@manufacturerssolutionsteam.com Selma AL (334) 874-2700 Carswell Distributing Co mpany Equipment Andrew Moss amoss@carswelldist.com Winston-Salem NC (678) 951-5732 Certified Lift Installation & Maintenance Corp Equipment Paul Stern PJSTERN@LIFTNOW .COM Y orktown Heights NY (914) 424-3479 Clark Equipment Co mpany Equipment Barry Hanson barry .hanson@doosan.com West Fargo ND (701) 241-8793 Container Systems & Equipment Co. , Inc. Equipment William Young byoung@containersys .com Daytona Beach FL (386) 253-5555 Container Systems & Equipme nt Co., Inc. Heavy Trucks & Buses William Young byoung@containersys .com Daytona Beach FL (386) 253-5555 Crimson Technology Products, LLC Equipment Stacia Certer scarter@crimsontechnologyproducts .c om Ap opka FL 4074944435 Cumberland International Trucks of Florida Heavy Trucks & Buses Chuck Calhoun ccalhoun@cltte.com Orlando FL (407) 849-6440 DeLand Truck Center, Inc. Equipment Ho ward Williams howard@delandtruckcenter .com DeLand FL (386) 734-8740 DeLand Truck Center, Inc. Heavy Trucks & Buses Ho ward Williams howard@delandtruckcenter .com DeLand FL (386) 734-8740 Dobbs Equipment, LLC Equipment Tim Kern timothy.kern@dobbsequipment.com Fort Myers FL (404) 472-7034 Duke Equipment, Inc Equipment SteveR@ floridaforklift.com Tampa FL (813) 422-0462 Duval Ford LLC Heavy Trucks & Buses Richard Tackett richard.tackett@duvalfleet .com Jacksonville FL (904) 388-2144 Duval Ford LLC Pursuit, Administrative, Richard Tackett richard. tackett@duvalfleet.com Jacksonville FL 904 3882144 EFE, INC Equipment Clint Vaughn cv aughn@evergladesfarmequipment .com Wellington FL (561) 897-0693 Embankscape Equipment LLC Equipment Jessica Korthals jkorthals@rcmowersus.com Suamico WI (480) 848-8904 Emergency Vehicles, Inc. (EVI) Fire & Rescue Vehicles, Lee Potter Iee(evi-fl.com Energreen America Inc Equipment Larry Katzer Iarry. katzer@energreenamerica.co m Aiken SC (706) 724-4739 Environmental Products Group, Inc. Equipment Chris Haase chaase@ myepg. com Apopka FL (407) 798-0004 Awarded Vendor Active on C ontract Fire & Rescue Vehicles, Sales Contact Jerry Michaluk Email jerrv @etrllc.org City State Phone Number ETR, L.L.C. ETR, L.L. C. Pursuit, Administrative, Jerry Michaluk jerrv@etrIlc. org Altamonte Springs FL (407) 339-6737 Evervac Equipment Equipment Austen Everett Aeverett@Evervacfl.com Tampa FL (352) 213-7675 Excellance, Inc Fire & Rescue Vehicles, Christina Biller christina @excellance.com Federal Contracts Corp Equipment inf o@federalcontractscorp .com Tampa FL FL (813) 631-0000 (561) 209-2705 Florida Co ast Equipment, Inc. Equipment Joe Moreno jm oreno@floridacoasteq.c om West Palm Beach FL (407) 864-7071 Florida Ken worth, LLC Heavy Trucks & Buses Matthew Peterson Matt .Peterson@csmtruck.com Orlando FL (813) 980-0174 Florida Transportation Systems, Inc. Heavy Trucks & Buses Robert Frick rfrick@fts4buses.c om Tampa Ford Moto r Company dba Ford Pro Charging* Electric Vehicle Charging Gabe de Paz proposals@groups.ford.com FL (904) 264-2442 Garber Chevro let Buick GMC, Inc. Pursuit, Administrative, Dan Drake ddrake@garberautomall .com Green C ove Springs FL (904) 264-2443 Garber Chrysler Do dge Truck, Inc. Pursuit, Administrative, Dan Drake ddrake@garberautomall.com Green Cove Springs Garber Ford Inc Pursuit, Administrati ve, Fire & Rescue Vehicles, Dan Drake Brett Jackrel ddrake@garberautomall .com Green Cove Springs FL (904) 264-2444 bjackrel @motoelectricvehicles.com GATORMOTO UTILITY VEHICLES AND MO RE LCC Genserve LLC Equipment Rachel Spence rspence@genserveinc.com Coral Springs FL FL (954) 909-2851 (954) 956-9252 Genset Services, Inc. Equipment Matt Palmer mpalmer@gensetservices .c om P ompan o Beach FL (561) 996-3095 Glade & Grove Supply Co LLC Equipment Ken Holowecky kenh@gladeandgrove .com Belle Glade Gravois Aluminum Boats, LLC DBA Metal Shark Boats Fire & Re scue Vehicles, Dean Jones diones@metalsharkboats .com Great Southern Equipment (Company) Equipment Ray Ferwerda rferwerda@gsequipment.net Tampa FL FL (813) 248-4971 (561) 333-2355 Green Thumb Palm Beach Equipment jmiller@greenthumbpalmbeach .com West Palm Beach GA (678) 714-6660 HD Hyundai Infracore No rth America LLC Equipment Randy Shearin randy .shearin@hhi-di .com Suwanee FL (561) 697-3333 Holland Pump Co mpany Equipment eugene@h ollandpump.com West Palm Beach TX (806) 771-9944 Humdinger Equipment, Ltd. Equipment Chad Phares chad@humdingerequipment .com Lubb ock Hydra Service (S), Inc. Equipment kheller @hydraservice .net Debary FL FL (407) 625-1388 (813) 246-5510 Industrial Truck & Equipment, LLC Equipment ap-warranty@tampacrane .com Tampa Industrial Truck & Equipment, LLC Equipment BLAKE@TRUCKSANDPARTS .COM Tampa FL FL (813) 247-6637 (786) 774-3284 Innovative Equipment Services 2 LLC Equipment Michael Cabera Michael .Cabrera@CASEpower ed .c om Hialeah Gardens Jet -Vac Equipment Company, LLC Equipment hilary@jet-vac.com Sumter SC (803) 494-4430 JOBBERS EQUIPMENT WAREHOUSE INC Equipment SUPPORT@JOBBERSMIAMI .COM Miami FL SC (305) 592-8730 (662) 372-0164 K&K Systems, Inc. Equipment Wayne Kasal wkasal@k-ksystems .c om Bluffton Kelly Tractor Co Equipment Greg Bennett greg_bennett@kellytractor .c om Miami FL (305) 592-5360 Kenworth ofJacksonville Heavy Trucks & Buses Ed Costello edcostello@kwjax.com Jacksonville FL FL (904) 739-2296 (727) 710-0042 Knapheide Truck Equipment Center Equipment TREID@KNAPHEIDE.COM Orland o Linder Industrial M achinery Equipment Lance Bo utcher Lance.Boutcher@ Linder.com Orlando FL FL (407) 849-6560 (352) 388-7900 Love Power Equipment, Inc Equipment Ed Gurry ed.gurry@ lovepowerequipment .com Homosassa Matthews Bus Alliance Inc. Heavy Trucks & Buses Glenn Matthews bids@matthewsbusesflorida.com Orlando FL (407) 717-3736 McKibben M otorsports LP, Inc Equipment Mike Reed fleet. sales@mckibbenps. com Lake Wales FL (863) 675-1464 McKibben M otorsports, Inc Equipment Mike Reed fleet. sales@mckibbenps.com Lake Wales FL (863) 675-1464 McKibben Powersports, Inc Equipment Mike Reed fleet. sales@mckibbenps. com Lake Wales FL (863) 675-1464 Menzi USA Sales, INC. Equipment sales@menziusa. com Lakeland FL (863) 603-7979 Awarded Vendor Active on Contract Sales Contact Email Clty State Phone Number Mersino Dewatering Equipment Jed Church jed .church@mersino.com Lakeland FL (813) 625-7332 Mid Florida Diesel, Inc Equipment joe@midfloridadiesel .com Bartow FL 8635190107 Model 1 Commercial Vehicles Heavy Trucks & Buses Nick Corley biddepartment@creativebussales .com Chino CA (678) 428-3356 Mullinax Fo rd of Central Florida Pursuit, Administrative, Jim Finchen jfinchen@mullinaxford .com Apopka FL 407 8897600 MWI pumps Equipment garye@mwipumps .com Ft Lauderdale FL (954) 635-7291 Nacarato Trucks General Partnership Heavy Trucks & Buses Patton Ahumada patton.ahumada@nacarato .com West Palm Beach FL (561) 406-7214 National Equipment Dealers, LLC Equipment swoody@nedealers .com Lexington NC (919) 291-5737 National Lift Truck Service Equipment Ist van Gerlach igerlach@nitsuperstore .com Pompano Beach FL (754) 224-9100 Nationwide Haul, LLC Equipment Pabl o Rodriguez pablo @nationwidehaul.com Pompano Beach FL (305) 632-1017 Nextran Truck Centers Heavy Trucks & Buses Anthony Abatecola aabatecola@nextranusa .com Jacksonville FL (954) 793-7010 North America Fire Equipment Company, Inc. Fire & Rescue Vehicles, Doris Thrasher doris.thrashernafeco.com Nuwe Holding Corp. * Electric Vehicle Charging Tiffany Hammond thammond @nuwe .com Open Access Technolo gy International (OATI) * Electric Vehicle Charging Jerry Dempsey pr000sals@oati.net Orlando Freightliner Heavy Trucks & Buses Bob Scharpnick bscharpnick@orlandofreightliner .com Apopka FL (407) 295-3846 PACE Inc. Equipment jasonf @pacelink.com Lakeland FL (813) 748-1538 Pantropic Power Equipment Greg Bennett greg_bennett @pantropic .com Miami FL (305) 592-4944 Pat's Pump & Blower Equipment patspump@aol.com Orlando FL 4078417867 Peterson's Harley-Davidson of Miami LLC Pursuit, Administrative, Cc oor Torrence christyt@petersonsharley .com Miami FL 305 6514811 Phoenix Motorcars Leasing LLC Heav y Trucks & Buses J ose Paul elenac@phoenixmotorcars.com Anaheim CA (909) 987-0815 Re chtie n International Trucks Equipment Carlos Curlin ccorrea@rechtien .com Miami FL (954) 957-8390 Re chtie n International Trucks Heav y Trucks & Buses Carlos Curlin ccorrea@rechtien .c om Miami FL (954) 957-8390 Recon Po wer Bikes Pursuit, Administrative, Chris Warren chris@reconpowerbikes.com Fort Wayne IN (888) 485-2589 REV RTC Fire & Rescue Vehicles, Dee Daniels dee.dani els@re vrtc.c om Rhino Ag LLC Equipment Eric Schardt eschardt @rhinoag .com Gibson City IL (217) 200-9452 Ridge Equipment Co. , Inc. Equipment Scott Bradley sbradley@ridge-equipment.com Sebring FL (863) 382-4157 RIGHT TRAILERS, INC. Equipment RIGHTTRAILERS@AOLCOM Lakeland FL (863) 667-4448 Ring Power Corporation Equipment Sarah Griffith sarah.griffith@ringpower .com Jacksonville FL (904) 737-7730 Ring Power Corporation Fire & Rescue Vehicles, Jay Lusk jay.lusk@ringpower.com Rush Truck Centers of Flo rida, Inc. Heavy Trucks & Buses Wade Bo sarge canadinep@rushenterprises .com Tampa FL (813) 559-2324 SBL Freightliner, LLC Heavy Trucks & Buses Donald Maher dmaher@freightlinerfi.com Pompano Beach FL (954) 545-1017 Seminole Toyota Pursuit, Administrative, Sam Numte sbunte@ vtaig.com Sanford FL 407 3028863 Sie me ns Industry Inc * Electric Vehicle Charging Philip Garce s philia. garces@siemens .com So uth Florida Emergency Vehicles LLC. Fire & Rescue Vehicles, Kev in Burke kburke@sflev.com Southern Sewer Equipment Sales Equipment info@southernsewer.com Fort Pierce FL (772) 595-6940 Southern States Toyo taLift Equipment Shane Poiso n spolson@sstlift.com Jacksonville FL (904) 588-8857 Southern States Toyo taLift Heavy Trucks & Buses Shane Poison spolson@sstlift.com Jacksonville FL (904) 588-8857 Starke Moto rcars, LLC Pursuit, Administrative, Richard Tackett richard. tackett@duvalfleet.com Starke FL 904 3882144 Step One Automo tiv e (Ford Cre stview) Pursuit, Administrative, Eric Jore ejore@ steponeauto.com Cr estview FL 407 2345116 Step One Automotiv e Group Pursuit, Administrative, Eric Jore ejore@steponeauto. com Crestview FL 407 2345116 Awarded Vendor Active on Contract Sales Contact Email City State Phone Number Stingray Chevrolet Pursuit, Administrative, Peter Popiel magicpeterfleet@gmail .com Plant City FL 407 2217600 Sun State International Trucks Heavy Trucks & Buses David Metcalf dave.metcalf@sunstateintl.com Tampa FL (813) 621-1331 Tampa Truck Center Heavy Trucks & Buses Scott Endris sendris @southporttruck .com Tampa FL (813) 293-0866 Tampa Truck Center Pursuit, Administrati ve, Scott Endris sendris@s outhporttruck .com Tampa FL 813 2930866 Taylor Power Systems, Inc. Equipment toddj@taylorpower .com Clinton MS (251) 504-1063 Ten -8 Fire & Safety, LLC Hea vy Trucks & Buses Blake Ebben cmorgan@ten8fire.com Bradenton FL (941) 756-7779 Ten -8 Fire & Safety, LLC (Ambulances) Fire & Rescue Vehicles, Cindy Morgan cm organ Pten8fire.com 941-756-7779 Ten -8 Fire & Safety, LLC (Fire) Fire & Rescue Vehicles, Blake Ebben bebben Pten8fire.com 941-756-7779 Terradyne Armored Vehicles Inc. Heavy Trucks & Buses Lucus Witzke lucus .witzke@terradyneinc .com Newmarket ON (905) 895-1010 Terry Taylo r's DeLand Nissan, Inc. Pursuit, Administrative, Howard Williams howardwilliams@cfi.rr .com DeLand FL 386 7343003 Texas Trailers Sales and Service Equipment Rick Croft rick@texastrailersfl .com Gainesville FL (352) 378-4756 Texas Underground Equipment stan@pipehunter .com Pearland TX (281) 485-9513 The Lion Electric Co USA Inc * Electric Vehicle Charging Christopher Ralph christooher..ralph(althelionelectric .com (514) 717-3703 The Peterbilt Store South Florida LLC Heavy Trucks & Buses Andy Hallums ahallums@thepetestore .com Ft Lauderdale FL (954) 584-3200 Thompson Pump & Manufacturing Company Inc. Equipment dperry@thompsonpump.c om Port Orange FL (386) 767-7310 Tom Evans Environmental, Inc. Equipment ds@tomevans .c om Lakeland FL (863) 619-3789 Tradewinds Power Corp. Equipment bfenner@tradewindsp ower .com Sebring FL (225) 360-5009 Tradewinds Power Corp. Equipment Paul Staples pstaples@tradewindspower.com Miami FL 8002233289 Treaty Oak Outdo ors LLC Pursuit, Administrative, Richard Tackett Richard .tackett@treatyoakcycle.com Jacksonville FL 904 3436266 TRUCKMAX ISUZU Heavy Trucks & Buses Guillermo Chez MYTRUCKS101@GMAIL .CO M Homestead FL (305) 777-9000 TRUCKMAX, INC. Heavy Trucks & Buses Guillermo Chez GCHEZ@TRUCKMAX.COM Miami FL (305) 720-4501 Truckworx Kenworth Heavy Trucks & Buses Rebecca Herrington rebeccac@truckw orx .com Defuniak Springs FL (601) 260-2999 Verdek LLC * Electric Vehicle Charging Guy Mannino gmannino @verdek.com (203) 421-6477 Vermeer So utheast Sales Equipment Mark Miller markmiller@vermeersoutheast .com Orlando FL Vetted Security So lutions Equipment Ihipskind@vettedsecurity .com St. Petersburg FL Voltrek LLC * Electric Vehicle Charging Mohammed Faiz m ohammed@voltrek.com (978) 378-0910 Warren Equipment Inc Equipment rflavin@warrentrailers.com Plant City FL WastewaterSolutions,LLC Equipment matias@wws-Ilc.com B ocaRaton FL (646) 765-3799 Wireless Advanced Vehicle Electrification (WAVE) Inc * Electric Vehicle Charging Jory Peppelaar iorv@waveipt.com (801) 903-1719 Xylem Dewatering Solutions, Inc. Equipment Glenda Young glenda. young@xyleminc .com Lakeland FL Zabatt Power Systems Equipment jeff. burke@zabatt.com Jacks onvile FL * Indicates v endor is not a federal or state grant participant. - PRICE PROPOSAL 2023 Starcraft Allstar XL 40' Prepared for Opalocka, FL CONTACT Date Issued: 2-1-2024 Name: Les Burres Phone: 904-537-7710 Email: Iburres@model1.com Whether you need to fill a spot in your fleet or create an entirely new vehicle, your Model 1 experts have a single top priority: you. With a clear understanding of your needs, we find ways to deliver — starting with deep relationships all the way back at the manufacturer level. And with the nation's largest inventory of commercial vehicles, you'll never be short on the best choices to make for your business. SALES EXPERIENCE COMPETITIVE PRICING 550+ Years of Collective Bus Sales Experience Servicing Over 1,500 Customers Annually Volume Discounts Fixed Contract Pricing IN-HOUSE FINANCING NATIONWIDE NETWORK Seamless Transactions 21 Full -Service Locations Flexible Solutions Nationwide Partners with 25+ Top Manufacturers C MODE __ ---------____.______--------- PRICE PROPOSAL SPECIFICATIONS CHASSIS • 2023 TC Commercial Bus • GVWR: 30,000 • Engine: Cummins ISB B6.7 240HP • Fuel Type: Diesel • Fuel Tank: 65 gallons • Transmission: Allison 2500 • Tow hook, front frame mounted (2) Brake System: Air dual system EXTERIOR • Exterior Color: White • 305" wheelbase • 96" wide exterior body • Fully welded steel cage construction meeting all applicable FMVSS requirements • "Starview" driver's visibility window in front of entry door • Electric actuated 36" passenger entry door with full length glass (2) • 36" wide x 36" high upper double T -Slider tempered safety glass windows with climate control tint • Black powder coated steel rear bumper • Rear mud flaps • Pre -painted white aluminum side, skirts • Fiberglass front and rear caps One-piece seamless FRP (fiberglass reinforced plastic) roof • Breakaway rearview mirrors with built-in convex • Keyless entry system remote • Front destination sign window with overhead access door Side destination sign window INTERIOR • 81" interior floor to ceiling height • Flat floor (no wheel wells) • 5/8" exterior grade plywood flooring • Ceiling and rear wall fabric for sound abatement • Printed circuit board with automotive type fuses and LED trouble shooting lights • Walls and Ceiling: Grey padded vinyl • Flooring: Gerflor Sirius Graphite Grey • Yellow step nosing (8) • Ceiling grab rail (each) on both sides • Parellel grab rail both sides of entry door • 1 1/4 grab rail parallel to entrance steps (both sides) • Grab handle, chrome, left side only • Stanchion and modesty panel behind driver • Stanchion and modesty panel in front and behind with parallel grab rail A/C & HEAT • A/C System: TA777033 Super 135K, TA77 and TA71 (2) SMC3L (1) 10 CID COMP (1) 15 CID COMP • Heater: 65K BTU, floor mounted (2) LIGHTING • Door activated interior lights Sealed LED stop, tail, and turn signal lights with incandescent reverse lights Entry door step well lights • Incandescent driver and passenger area lighting ELECTRICAL • Intermotive Flex Tech Electrical System • Alternator: 12V 320 Amp AUDIO / VISUAL • Deluxe AM/FM/CD (4) speakers with mic input and clock • PA module to be added to stereo system • Additional speakers (4) • Rosco back-up camera system with 7" rearview monitor/mirror combo Wheelchair Accessibility • 34" x 54" Braun wheelchair lift located in the rear of the unit • Fast idle with interlock • Wheelchair door upfit pack ACCESSORIES • Automatic Q' Straint securement kit with combo lap/shoulder L -track (2) • Q' Straint storage pouch (2) • Priority seating sign **Required for ADA compliance** • Wheelchair decal (international symbol of accessibility) each • Dual chime tone, pull cord • ADA compliant stop request dual display sign Touch tape for ADA stop request (2) SAFETY • Back-up alarm SAE type C 97 db(A) Rear entry door interlock PASSENGER SEATING OPTIONS • 42 Ambulatory, 0 Wheelchair • 40 Ambulatory, 1 Wheelchair • 36 Ambulatory, 2 Wheelchair SEATING Passenger Seating Seat Fabric: Level 1 Oxen Grey Vinyl Mid high, double seat (18) Handi Flip, double seat (2) Foldaway, double AM Benchback (1) Seat belt, non- retractable (42) Seat belt loop (40) *Not available on foldaways Antivandal grab handle on aisle seats (19) Driver Seating: High Back with integral headrest, 1 chamber lumbar, 2 position front cushion adjust, angle back adjust, and right arm rest C MODELZ -. - - PRICE PROPOSAL WARRANTY Manufacturer Warranty Starcraft: 5 Year / 100,000 Miles Chassis Warranty Basic: 12 Months / Unlimited Miles Powertrain: 4 Years / 50,000 Miles All vehicles come with warranty, but Model 1 offers more value without the added cost. Our coverage and support come with each of our new vehicles — standard. WE PROCESS ALL THE WARRANTY REGISTRATIONS We register all of your bus parts for you, no more pesky warranty cards to fill out. This includes all parts, wheelchair lift, electronics, HVAC, etc. WE HANDLE ALL THE PAPERWORK We administer and coordinate any warranty work. You make one call to our warranty department, and they take it from there. REPAIR FACILITIES NEAR YOU When warranty work is needed, we use service repair facilities near the bus location. We have over 3200 authorized centers and growing. You will never have to drive far to get repairs completed. NO MORE CLAIM FORMS Model 1 handles all parts of the claim process, you will have no out of pocket expenses, no reimbursements, and the service facility will be paid directly by us. LONGER WARRANTY PERIOD We have negotiated extended periods for the units we sell. Unprecedented 60 month/100,000 mile bumper -to -bumper warranty on the Starcraft bus upfit. EiJ MODELi.1 __.__ __.. PRICE PROPOSAL PRICING DESCRIPTION AMOUNT FSA Base Bus Item 11 $140,137.00 FSA Options for Stock Bus $92,653.00 Total $232,790.00 *Pricing does not include tax. C MODELa 2023 Starcraft Allstar XL 40' PRICE PROPOSAL Prepared for Opalocka, FL CONTACT Date Issued: 2-1-2024 Name: Les Burres Phone: 904-537-7710 Email: Iburres@model l .com Whether you need to fill a spot in your fleet or create an entirely new vehicle, your Model 1 experts have a single top priority: you. With a clear understanding of your needs, we find ways to deliver — starting with deep relationships all the way back at the manufacturer level. And with the nation's largest inventory of commercial vehicles, you'll never be short on the best choices to make for your business. SALES EXPERIENCE COMPETITIVE PRICING 550+ Years of Collective Bus Sales Experience Servicing Over 1,500 Customers Annually Volume Discounts Fixed Contract Pricing IN-HOUSE FINANCING NATIONWIDE NETWORK Seamless Transactions Flexible Solutions 21 Full -Service Locations Nationwide Partners with 25+ Top Manufacturers MODES PRICE PROPOSAL SPECIFICATIONS CHASSIS • 2023 TC Commercial Bus • GVWR: 30,000 • Engine: Cummins ISB B6.7 240HP • Fuel Type: Diesel • Fuel Tank: 65 gallons • Transmission: Allison 2500 • Tow hook, front frame mounted (2) Brake System: Air dual system EXTERIOR • Exterior Color: White • 305" wheelbase • 96" wide exterior body • Fully welded steel cage construction meeting all applicable FMVSS requirements • "Starview" driver's visibility window in front of entry door • Electric actuated 36" passenger entry door with full length glass (2) • 36" wide x 36" high upper double T -Slider tempered safety glass windows with climate control tint • Black powder coated steel rear bumper • Rear mud flaps • Pre -painted white aluminum side, skirts • Fiberglass front and rear caps • One-piece seamless FRP (fiberglass reinforced plastic) roof • Breakaway rearview mirrors with built-in convex Keyless entry system remote • Front destination sign window with overhead access door Side destination sign window INTERIOR • 81" interior floor to ceiling height • Flat floor (no wheel wells) • 5/8" exterior grade plywood flooring • Ceiling and rear wall fabric for sound abatement • Printed circuit board with automotive type fuses and LED trouble shooting lights Walls and Ceiling: Grey padded vinyl • Flooring: Gerflor Sirius Graphite Grey • Yellow step nosing (8) • Ceiling grab rail (each) on both sides • Parellel grab rail both sides of entry door • 11/4 grab rail parallel to entrance steps (both sides) • Grab handle, chrome, left side only • Stanchion and modesty panel behind driver • Stanchion and modesty panel in front and behind with parallel grab rail A/C & HEAT A/C System: TA777033 Super 135K, TA77 and TA71 (2) SMC3L (1)10 CID COMP (1)15 CID COMP • Heater: 65K BTU, floor mounted (2) LIGHTING • Door activated interior lights • Sealed LED stop, tail, and turn signal lights with incandescent reverse lights • Entry door step well lights • Incandescent driver and passenger area lighting ELECTRICAL • Intermotive Flex Tech Electrical System • Alternator: 12V 320 Amp AUDIO / VISUAL • Deluxe AM/FM/CD (4) speakers with mic input and clock • PA module to be added to stereo system • Additional speakers (4) • Rosco back-up camera system with 7" rearview monitor/mirror combo Wheelchair Accessibility • 34" x 54" Braun wheelchair lift located in the rear of the unit • Fast idle with interlock • Wheelchair door upfit pack ACCESSORIES • Automatic Q' Straint securement kit with combo lap/shoulder L -track (2) • Q' Straint storage pouch (2) • Priority seating sign **Required for ADA compliance** • Wheelchair decal (international symbol of accessibility) each • Dual chime tone, pull cord • ADA compliant stop request dual display sign Touch tape for ADA stop request (2) SAFETY • Back-up alarm SAE type C 97 db(A) • Rear entry door interlock PASSENGER SEATING OPTIONS • 42 Ambulatory, 0 Wheelchair • 40 Ambulatory,1 Wheelchair • 36 Ambulatory, 2 Wheelchair SEATING Passenger Seating Seat Fabric: Level 1 Oxen Grey Vinyl Mid high, double seat (18) Nandi Flip, double seat (2) Foldaway, double AM Benchback (1) — Seat belt, non- retractable (42) — Seat belt loop (40) *Not available on foldaways — Antivandal grab handle on aisle seats (19) Driver Seating: High Back with integral headrest, 1 chamber lumbar, 2 position front cushion adjust, angle back adjust, and right arm rest Ell MODEL.1 ________________.- _ __... PRICE PROPOSAL WARRANTY Manufacturer Warranty Starcraft: 5 Year / 100,000 Miles Chassis Warranty Basic: 12 Months / Unlimited Miles Powertrain: 4 Years / 50,000 Miles All vehicles come with warranty, but Model 1 offers more value without the added cost. Our coverage and support come with each of our new vehicles — standard. WE PROCESS ALL THE WARRANTY REGISTRATIONS We register all of your bus parts for you, no more pesky warranty cards to fill out. This includes all parts, wheelchair lift, electronics, HVAC, etc. WE HANDLE ALL THE PAPERWORK We administer and coordinate any warranty work. You make one call to our warranty department, and they take it from there. REPAIR FACILITIES NEAR YOU When warranty work is needed, we use service repair facilities near the bus location. We have over 3200 authorized centers and growing. You will never have to drive far to get repairs completed. NO MORE CLAIM FORMS Model 1 handles all parts of the claim process, you will have no out of pocket expenses, no reimbursements, and the service facility will be paid directly by us. LONGER WARRANTY PERIOD We have negotiated extended periods for the units we sell. Unprecedented 60 month/100,000 mile bumper -to -bumper warranty on the Starcraft bus upfit. EiJ MODEL1 - - -- -- - PRICE PROPOSAL PRICING DESCRIPTION AMOUNT FSA Base Bus Item 11 $140,137.00 FSA Options for Stock Bus $92,653.00 Total $232,790.00 *Pricing does not include tax. SHERIFFS ASSOCIATION COOPERATIVE PURCHASING PROGRAM Protecting, Leading & Uniting...since 1893 FLORIDA SHERIFFS ASSOCIATION 2617 Mahan Drive, Tallahassee, Florida 32308 P.O. Box 12519 . Tallahassee, Florida 32317-2519 Notice of Final Award FSA23-VEH21.0: Heavy Trucks & Buses Date: October 1, 2023 To: Bidders and Purchasers From: Hugh Oliver, Cooperative Purchasing Program Manger Re: Notice of Final Award for FSA23-VEH21.0: Heavy Trucks & Buses p: (850) 877-2165 f: (850) 878-8665 www.flsheriffs.org 0 D Florida Sheriffs Association (FSA) has completed its 21st year of the cooperative purchasing heavy trucks and buses contract. FSA is issuing the Notice of Final Award for contract FSA23-VEH21.0: Heavy Trucks & Buses that will be effective from October 1, 2023, through September 30, 2024. This year's bid included 80 items. The contract will offer class 3-5 cab & chassis trucks and buses. The competitive process for this award began in May 2023, when stakeholders were surveyed regarding procurement needs. Items were added based on survey results and the Fleet Advisory Committee's review of products. An advertisement for the Invitation to Bid was published in the Florida Administrative Weekly, as well as the State of Florida's Office of Supplier Diversity and the FSA websites. On May 5, 2023, a direct notification was sent to 716 prospective bidders to participate in a voluntary bidder workshop. The ITB advertisement resulted in 81 pre -bid attendees or waivers. Of these respondents, 30 submitted bids and 29 qualified. FSA has identified intended awardees in the attached Final Award Report. The Final Award Report shows up to three lowest bidders per item, per zone. The Florida Sheriffs Association Cooperative Purchasing Program has followed the Contract Terms and Conditions for this procurement. Bidders that become awarded vendors are governed by their manufacturer agreements and the Contract Terms and Conditions. Contract pricing will be extended and guaranteed to the Florida Sheriffs Association, any unit of local government, political subdivision or agency of the State of Florida, or to other entities approved by manufacturers to buy from this contract, which can include out-of-state sales. Vendors that wish to extend contract pricing to entities other than those defined here are governed by their manufacturer's agreement. All purchasers are bound by state law, local ordinances, rules, and regulations for purchases made under this contract. FLORIDA SHERIFFS ASSOCIATION COOPERATIVE PURCHASING PROGRAM tem t 1 Item Group Buses Elector. 19 to 20 Passenger Capacity Range Van -Type Cutaway Chassis Item Endera B -Series Model k 8 -S eries Link https:Lfwww.mw endorlinkcom/external/award?s=152477&1=1 https)/ www.myvendorlink .com/external/award?s=152477&i=2 Passenger C apacity Range, Conventional -Type Chassis Bluebird Vision Electric Vision Electric 2 Buses Eleatic: 20 to 52 Capacity Range, C onventional -Type Chassis Bluebird All-American Electric T3RE 1.2M5s:L/www .mwendorlink.com/external/award?s=152477&1=3 3 5 Buses Elect s 20 to 52 Passenger Buses Electric: 20 to 52 Passenger Capacity Range, Conventional -Type Chassis Phoenix Mot orcars 2600 Type A Sch ool Bus 2600 https://www.mwendorlink.com/external/ award?s=152477&i=5 L/ www.mwendodink.comLexterrlu1L award?5=152477&i=6 6 Buses Electric:44 To 80 Passenger Capadty Range, Commercial -Type Chassis BYD The Dreamer Type 0 Electric School Bus http s https://www my vendorli nk c om/ exter nal/award7s=152477&1=7 Buse s: 14 to 25 Passenger Capacity Range, Van -Type Cutaway Chassis Endera B-Serles 13 -Series 7 Capacity Range, Van -Type Cutaway Chassis Staraaft Alistar Allstar https://www.mw ertd orli nk .com/externalfaward2s=15_2477&i=8 8 Buses: 14 to 25 Passenger Passenger Ca pacity Ra ng e, Conventi onal Truck -Type Cutaway Chassis Bl uebird Vision Visi on h ttps:L/ ww w.mwendorlink .com(external/award7s-152477&1=9 9 Buses: 20 to 52 20 to 52 Passenger Capacity Range, Conventi onal Truck -Type Cutaway Chassis Starcraft Allstar Allstar https://www.mwendodink.eomL eruct!/award?s=152477&1=11 11 Buses: Capacity Range, Commercial -Type, Rear Engine Ch assis Bluebird T3RE T3RE htt ps:L/www.mvvendorlink .com/external/award?s=152477&i=12 12 Buses: 33 to 54 Passenge r 52 Passenger Capadty Range, Commercial -Type, Fr ont Engine Chassis Bluebird T3FE T3FE https:LLwww.myvendorlink.comlexternalL award2s=152477&i=13 13 14 Buses:36 to Ca b and Chassis Trucks Electric: 54,000 lbs. GVWR 4x6 Semi Tract or Kenworth T680E T680E https:/www .mwendodInk.comLe xternalfaward?s=152477&1=14 https:L/www.mwendodi nk.com/ externalfewzrd?s=152477&i=15 Trucks Electric 54,000 lbs. GVWR 4x6 Semi Tractor Peterbilt 579EV 579EV 15 Cab and Chassis Trucks Electric: 54,000 lbs. GVWR 4x6 Semi Tractor Vol vo VNR VNR htt➢s:L/www.myvendorlink .com/external/award7s=152477&I=16 16 18 Cab and Chassis Cab and Chassis Trucks Electric Conve ntio nal Cab 33,000 lbs. GVWR (DRW) 4x2 Internati onal EMV MV60E h ttps://www,mwendorlink.corn/extervol/award?5=152477&i=18 htMs://www.r nw endorlink .com/external/award?5=1524773i=19 h ttps://www.mwendodink.c om/external/award7s=152477&i=20 19 Cab and Chassis Trucks Ele ctric: Conventional Cab 33, 000 lbs. GVWR (DRW) 402 Mack MD7 Electric MDe7 Tru cks Electric: lilt Cab 26,000 lbs. GVW R (DRW) 4x2 Battle Motors LNT INT 20 Cab and Chassis Electric: T ilt Cab 26, 000 lbs. GVWR (DRW) 4x2 Peterbilt 220EV 220 https:Lf wwwmovvendorlink.com/externalfaward?s=152477&1=21 21 23 Cab and Chassis Trucks Cab and Chassis Trucks: 17, 500 lbs. GVWR (DRW) 4x2 Ford F-550 Crew Cab W5G https://www.myvend orlink.com/ext er nalLaward?s=152477&i=23 hftps://www.myv endorlink.c orn/e xternal/aw ard?s=1524773i=2 4 Trucks: 17,500 lbs. GVWR (DRW) 4x2 Ford F-550 Super Cab X5G 24 25 Cab and Chassis Cab and Chassis Trucks: 17,500115s. GVWR (DPW) 402 Ford F-600 Super Cab F6K https://w ww.mwendoriink .com!external/award?s=152477&i=25 https:L/www.myvendorli nk.com/external/award?s=152477&i=26 17,500 lbs. GVWR (DRW) 4x2 F ord F-550 Regular Cab F5G 26 Cab and Chassis Trucks: Trucks: 17,500 lbs. GVWR (DRW) 402 International CV 515 https//www .mwendorlink .com/externalLaward?s=152477&i=27 27 28 Cab and Chassis Cab and Chassis Trucks: 17,500 lbs. GVWR (DRW) 4x2 Kenworth T180 T180 https-L/www .myvend orlinkcom/extemalaward?5=152477&i=28 https://w wwmwendorlink.colo/external/a ward?s=152477&1=29 h tt_psi/www.my vendorlinkcom/exter nal/award?s 152477&1=31 29 Cab and Chassis Trucks: 17,50016s. GVWR (DRW) 4x2 Peterbilt535 535 Chassis Trucks: 17,500 lbs. GVWR (DRW) 404 Ford F-550 Sup er Cab X5H 31 Cab and Chassis Trucks: 17,500 lbs. GVWR (DRW) 4x4 Ford F-550 Crew Cab W5H https:L/www .mwendodink.comfexterna_I/award?s=152477&i=32 32 Cab and Chassis Trucks: 17,500 lbs. GVWR (DRW) 404 Ford F-550 Regular Cab FSH https://www .my vend orlink .comfextemalfa ward?s=152477&i =33 33 Cab and Trucks: 17,500 lbs. GVWR (DRW) 404 Fo rd F-600 Regular Cab F6L https://www .mw endorlink .com/external/award7s=152477&i=34 34 35 Cab and Chassis Cab and Chassis Trucks: 17,500 lbs. GVWR (DRW) 404 International CV 515 htps:/Jwww.myvendorlink.com/external/award?s=152477&i=35 https:LLwww .myvendoriink.com/external/award?s=152477&i=36 Cha ssis Trucks: 25,500lbs. GVWR (DRW) 402 Ford F-650 Regular Cab F6D 36 Cab and Chassis Trucks: 25,500 lbs. GV WR (DRW) 402 Freightliner M2 106 https://www.myvendorlink.com/external/award?s=1524773i=37 37 Cab and Trucks: 25,500 lbs. GVWR (DRW) 4x2 Nino L6 1.6 https:L/www.mvvend orlink.com/e xt er nal/award?s=152477&i=38 38 Cab and Chassis Chassis Trucks: 25,500 lbs. GVWR (DRW) 4x2 Internatio nal MV 607 https:LLwww. yvendorlink.c omJexternal/award7s=152477&i=39 39 Cab and Chassis Trucks: 25,500 lbs. GVWR (DRW) 492 Kenworth T280 T280 https ww.mvv endodink.c omfexternalLaward?5=152477&i=40 40 Cab and Chassis Tru cks: 25,500 lbs. GVWR (DRW) 402 M ack MD6 MD6 h ttps:L/www.myvendorlink.com/external/award?s=152477&i=41 41 Cab and Chassis Tru da : 25,500 lbs. GVWR (DRW) 4. 92 Peterbllt 536 536 https://www.mwendorlink.com/external/award?s=152477&i.12 42 Cab an d Chassis Trucks: 30,000 lbs. GVWR (DRW) 4x2 Ford F-750 Regular Cab F7D https:/fwww .myvendorlink.comjexternafaward7s=152477&1=43 43 Cab an d Chassis Trucks: 30,000 lbs. GVWR (DRW) 4x2 Freightliner M2 106 https:fJwww.mwend orlinkcom/e xter nal/award?s=152477&i=44 44 Cab and Chassis Trucks: 30,000 lbs. GVWR (DRW) 4x2 Hino L7 L7 https://ww w.myvenborlink.comfexternal/award?s=152477&1=45 45 Cab and Trucks: 30,000 lbs. GVWR (DRW) 4x2 International MV 607 into./ ovaw.rnvve ndodi nk .c om/e xternal/award?5=152477 &1146 46 Cab and Chassis Trucks: 30,000lbs. GVWR (DRW) 4x2 Kenworth T380 T380 https://www.myvendorlink.comfexternal/award7s=152477&i=47 47 Cab and Chassis 30,000 lbs. GVWR (DRW) 4x2 Mack M D7 MD7 https://www .mwendorlinkcom/extern/award?s=152477&i=48 48 Cab and Chassis Trucks: Cab Cha ssis Trucks: 30,000 lbs. GVWR (DRW) 4x2 Peterbilt537 537 https://www .n end oriink .c omJexternagaward?s=152477&i=49 49 an d 30,000 lbs. GVWR (DRW) 4x2 Western Star47X 47X https:L/www .myvendoriink.com/externalltaward?s=152477&i=50 50 Cab and Chassis Trucks: Chassis Trucks: 52,000 lbs. GVWR Semi Tractor 406 Freightliner M2 112 httpsJfwww.myvendorlink.com/ext ernal/award?s=152477&i=51 51 Cab and Chassis Trucks: 52,000 lbs. GVYVR Seml Tractor 4x6 Internatio nal HV 613 https://www.myvend odink.c om/external/award?s=152477&1=52 52 Cab and Chassis Trucks:52,000 lbs. GVWR Seml Tractor 4x6 Internatio nal HX 62F https)/w ww.myvendorlink .com/externalJaward?s=152477&i=53 53 54 Cab and Cab and Chassis Trucks: 52,000 lbs. GVWR Semi Tractor 406 Kenworth1580 T880 https://www .mwend orlink.com/external/award2s=152477&i=54 https://www.myvendorlink.com(external/award?s=152477&i=55 Chassis Trucks: 52,000 lbs. GVWR Semi Tractor 4x6 Mack AN or G Series AN or G Series 55 Cab and Chassis Trucks: 52,000 lbs. GVW R Semi Tracto r 406 Peterbllt 567 567 https:L/www.mwendod_ink.c4m/externa_I/award7s=152477&i =56 56 Cab an d Chassis Trucks: 52,000 lbs. GVW R Semi Tractor 4x6 Volvo V Series V Series htrp(/www.my vendorllnk.com/externalL award?s=152477&i=57 57 Cab and Trucks: 52,000 lbs. GVWR Semi Tracto r 406 Western Star 475 470 https//www .mwendorlink.com/ext er nalL award?s=152477&i=58 58 59 Cab and Chassis Cab and Chassis Trucks: 52,000 lbs. GVWR Truck 4x6 Fre ightliner M2 112 httpsJfwww .myvendorli nk.c om/externalfaward75=152477&1=59 https://www.mw end orli nk .com/external/award7s=152477&i=60 Trucks: 52,000 lbs. GVWR Truck 406 International HX 62F 60 Cab and Chassis Chassis Trucks: 52,000165. GVWR Truck 4x6 International HV 613 Imps:L/www .myv endoriink.com/external/award?s=152477&1=61 61 Cab and Chassis Trucks: 52,000 lbs. GVWR Truck 4x6 Kenworth T880 7880 htt psj-/www yend odlnkcom/externalfaward?s=152477&1=62 62 Cab and Cab Chassis Trucks: 52,000 lbs. GVWR Truck 4x6 Mack AN or G Series AN or G Series https://www.mvvendorlink.com/e xternal/award?s=152477&i=63 63 and Trucks: 52, 000 lbs. GVWR Tru ck 406 Peterbllt 5671 5671 https:[/www .mwendorlink.com/external/award?s=152477&i=64 64 Cab and Chassis Chassis Trucks: 52,000 lbs. GVWR Truc k 40 6 Vo lvo V Serie s V Series h ttps://www .myvendoriink.com/external/ award7s=152477&i=65 65 66 Cab and Cab and Chassis Trucks: 52,000155. GVWR Truck 406 Western Sta r 49X 495 https:[/www.m_Wend odink.com/external/award?s=152477&i=66 https:L/www.myv endorlink.com/ external/award?s=152477&I=67 Cab Chassis: Tilt Cab 4x2 Ba ttle Motors LNT LNT-21 67 and (DRW) Chassis: Mt Cab (DRW) 4x2 Isuzu NPR -HD N3F1 https:/L.mw endorli nk.c omLexternalfaward?s=152477&i=68 68 Cab and Chassis: Tilt Cab 4x2 Isuzu FTR Chassis M T1/G1 hftps://w,ww. mwLendorlink.com/externalta ward?s=1 .52477&i=69 69 Cab and (DRW) lilt Cab 4x2 Kenworth K270 K270 https://www .mw endorlink .com/external/award7s=152477&1=70 70 71 Cab and Chassis: (DRW) Cab and Chassis: T ilt Cab (DRW) 4x2 Peterbilt 2201 220 https://www.mvvendorlink.com/external/award7s=152477&i=71 https:Lfwww .mwend odink.com/external/award?s=152477&1=76 76 Mo bile Command Unit/Critical Response Unit Frontline Communications CRU-22 CRU-22 78 Refuse Truck Electric: 60,000 lbs. GVWR 4x6 (cab and chassis only) Battl e M otors LET II LET II https://www.mwendorlink.com/externalfaward?s=152477&i=78 ht_tps://www.mwendorlink .c om/external/award?s=152477&1=80 https://www .myvendorlink .com/external/a ward?s=152477&1 =81 https://www.mwend orlink.com/external/award?s=152477&i=82 80 Refuse Truck Electri c 60,000 lbs . GVWR 4x6 (cab and chassis only) Mack Mack LR Electric Mack LR Electric 81 Refuse Truck Electric: 60,000lbs. GVWR 4x6 (cab and chassis only) Peterbilt 520EV 520EV 82 Refuse Truck, 60,000 lbs . GVWR 4x6 (cab and chassis only) A utocar ACx64 ACX64 83 Refuse Truck: 60,000 lbs. GVWR 4x6 (cab and chassis only) Battle Motors LET2 LET2-44 https://www.myvend orlink.com[external/award?s=152477&i=83 85 Refuse Truck: 60,000 lbs. GVWR 4x6 (cab and chassis only) Mack TE Series TE Seri es https://www.mwendorlInk.com/e xternal/award?s=152477&i=85 86 Refuse Truck: 60,000 lbs. GVWR 4x6 (cab and chassis o nly) Peterbilt 520 520 https://www.myvendorlink .com/external/award?s=152477&i=86 httpsYLwww .myv endodi nk .com[external[award?s=152477&i=87 httpsil/www.mwendorlink.com/exter nal/award?s=152477&1=88 https://www.mwend orlink.c om/ ext er nal/award?s=152477&I=89 87 Refuse Truck: Compact 9.5 Cubic Yds . Self -Loading Refuse Truck Broyhill TD3 .6 T03.6 88 Tactical Armored Vehicles Terradyne Gurkha MPV Gurkha MPV 89 Terminal Tractor Autocar ACIT42 ACfT42 90 Terminal Tractor Kalmar Ottawa 12 71056 https://www.myvendorlink.com{external{award?s=152477 &i=90 91 Terminal Tracto r Kalmar Ottawa 17 4 x2 Offroad 71055 https://www.mwendorllnk.com/external/award?s=152477&i=91 92 Te rmin al Tractor Tlco Pr o -Sp otter Pro -Spotter https/fwww .myvendorlink.com[external/award?s=152477&i=92 ttpr//wwwmwendolinkcom/external/award?s-152477&i 93 93 Buses: 14 to 25 Passenger Capacty Range Van•Type Cutaway Chassis StarTrans The Senator ll Senator51122 94 Buses: 20 to 52 Passenger Capacity Range, Conventio nal Truck -Type Cutaway Chassis StarTrans The Senator 11 HD Senator HD 28 https://www .myv end orlink.com/external/award?s=152477&i=94 FSA Cooperative Purchasing FLORIDA SHERIFFS ASSOCIATION COOPERATIVE PURCHASING PROGRAM -4\4440-4( r7 n� as e•Y‘n FSA23-VEH21.o: Heavy Trucks & Buse1 Final Award Report 10/4/23, 9:01 AM Bid Award Award Report 1 VendorLink Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group: Buses Electric: 19 to 20 Passenger Capacity Range, Van -Type Cutaway Chassis Item: 1, Endera, B -Series, B -Series Description: Refer to Item Group Specifications PDF document for FSA Base Specifications . Mo del Upgrade/Downgrade: Zo ne Rank Western Primary Alternate Northern Primary Alternate Central Primary Alternate Southern Primary Alternate V endor Florida Transportation Systems, Inc . Creative Bus Sales, Inc . Florida Transportation Systems, Inc . Creative Bus Sales, Inc. Florida Transportation Systems, Inc . Creative Bus Sales, Inc. Florida Transportation Systems, Inc. Creative Bus Sales, Inc. Price Build File Optio ns File $310,740 .00 Build Options $317,189 .00 Build Options $310,740 .00 Build Options $317,189 .00 Build Options $310,740.00 Build Options $317,189 .00 Build Options $310,740 .00 Build Options $317,189.00 Build Options https://www.myv endo rlink.com/internal/staff/awardzone 2/83 10/4/23, 9:01 AM Bid Award Aw ard Report 1 VendorLink Contract: FSA23-VEH21 .0, Heavy Trucks and Buses Grou p: Buses Electric: 20 to 52 Passenger Capacity Range, Conventional -Type Chassis Item: 2, Bluebird, Vision Electric, Vision Electric Description: Refer to Item Gr oup Specifications PDF document for FSA Base Specificati ons . Model Upgrade/Downgrade: Zo ne Rank Vendor Price Build File Options File Western Primary Florida Transportation Systems, Inc . $403,309.00 Build Options Northern Primary Florida Transportation Systems, Inc. $403,309 .00 Build Options Central Primary Florida Transpo rtation Systems, Inc. $403,309 .00 Build Options Southern Primary Flo rida Transportation Systems, Inc . $403,309 .00 Build Options https://www.myvendorlink. com/internal/staff/awardzone 3/83 10/4/23, 9:01 AM Bid Award Award Report1 VendorLink Contract: FSA23-VEH21 .0, Heavy Trucks and Buses Gro up: Buses Electric: 20 to 52 Passenger Capacity Range, Conventional -Type Chassis Item: 3, Bluebird, All-American Electric, T3RE Description: Refer to Item Group Specifications PDF document for FSA Base Specifications. Model Upgrade/Do wngrade: Zone Ran k Vendor Price Build File Opti ons File Western Primary Florida Transp ortati on Systems, Inc. $421,854 .00 Build Options Northern Primary Florida Transportation Systems, Inc. $421,854 .00 Build Options Central Primary Florida Transportation Systems, Inc . $421,854 .00 Build Options Southern Primary Florida Transportation Systems, Inc. $421,854 .00 Build Options https://www. myvendorlink.com/internal/staff/awardzo ne 4/83 10/4/23, 9:01 AM Bid Award Award Rep ort 1 VendorLink Co ntract: FSA23-VEH21 .0, Heavy Trucks and Buses Grou p: Buses Electric: 20 to 52 Passenger Capacity Range, Conventional -Type Chassis Item: 5, Phoenix Motorcars, Z600 Type A Sch ool Bus, Z600 Description: Refer to Item Group Specifications PDF document for FSA Base Specifications . Model Upgrade/Downgrade: Zo ne Rank Vendor Price Build File Options File Western Primary Phoenix Motorcars Leasing LLC $271,450 .00 Build Opti ons Northern Primary Phoenix Motorcars Leasing LLC $271,450 .00 Build Options Central Primary Phoenix M otorcars Leasing LLC $271,450.00 Build Options Southern Primary Phoenix M otorcars Leasing LLC $271,450.00 Build Options https://www.myvendorlink.com/internal/sta ff/awardzone 5/83 10/4/23, 9:01 AM Bid Award Award Report 1 VendorLink Contract: FSA23-VEH21 .0, Heavy Trucks and Buses Group: Buses Electric: 44 To 80 Passenger Capacity Range, Commercial -Type Chassis Item: 6, BYD, The Dreamer, Type D Electric School Bus Description : Refer to Item Group Specifications PDF document for FSA Base Specifications . Mo del Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Creative Bus Sales, Inc. $437,332 .00 Build Options Northern Primary Creative Bus Sales, Inc. $437,332 .00 Build Options Central Primary Creative Bus Sales, Inc. $437,332 .00 Build Options Southern Primary Creative Bus Sales, Inc . $437,332 .00 Build Options https://www.myvendorlink. com/internal/staff/a wardzone 6/83 10/4/23, 9:01 AM Bid Award Award Report 1 V endorLink Contract: FSA23-VEH21 .0, Heavy Trucks and Buses Group: Buses: 14 to 25 Passenger Capacity Range, Van -Type Cutaway Chassis Item: 7, Endera, B -Series, B -Series Description: Refer to Item Group Specifications PDF document for FSA Base Specifications. M odel Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Florida Transportation Systems, Inc. $118,877 .00 Build Options Northern Primary Florida Transportation Systems, Inc. $118,877.00 Build Options Central Primary Florida Transpo rtation Systems, Inc. $118,877 .00 Build Options Southern Primary Florida Transportation Systems, Inc . $118,877 .00 Build Options 7/83 https://www.myvendorlink.com/internal/staff/awardzone 10/4/23, 9:01 AM Bid Award Award Report 1 VendorLink Contract: FSA23-VEH21 .0, Heavy Trucks and Buses Grou p: Buses: 14 to 25 Passenger Capacity Range, Van -Type Cutaway Chassis Item: 8, Starcraft, Allstar, Allstar Description: Refer to Item Group Specifications PDF document for FSA Base Specifications . Mo del Upgrade/Downgrade: Zo ne Rank Vendor Price Build File Options File Western Primary Creative Bus Sales, Inc. $79,085 .00 Build Options Northern Primary Creative Bus Sales, Inc . $79,085 .00 Build Options Central Primary Creative Bus Sales, Inc . $79,085 .00 Build Options Southern Primary Creative Bus Sales, Inc . $79,085.00 Build Options https://www.myve ndorlink.com/internal/staff/awardzone 8/83 10/4/23, 9:01 AM Bid Award Award R eport! V endorLink Contract: FSA23-VEH21 .0, Heavy Trucks and Buses Group: Buses: 14 to 25 Passenger Capacity Range, Van -Type Cutaway Chassis Item: 93, StarTrans, The Senator II, Senator 511 22 Description: Refer to Item Group Specifications PDF document for FSA Base Specifications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Matthews Bus Alliance Inc. $102,622 .00 Build Options Northern Primary M atthews Bus Alliance Inc . $102,622 .00 Build Options Central Primary M atthews Bus Alliance Inc . $102,622 .00 Build Options Southern Primary Matthews Bus Alliance Inc. $102,622 .00 Build Options 9/83 https://www.myvendorlink. co m/internal/staff/awardzone 10/4/23, 9:01 AM Bid Award Award Report 1 VendorLink Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group: Buses: 20 to 52 Passenger Capacity Range, Conventional Truck -Type Cutaway Chassis Item: 9, Bluebird, Vision, Vision Description: Refer to Item Group Specifications PDF document for FSA Base Specifications . Model Upgrade/Do wngrade: Zone Rank Vend or Price Build File Opti ons File Western Primary Florida Transportation Systems, Inc . $143,750.00 Build Options Northern Primary Florida Transportation Systems, Inc. $143,450.00 Build Options Central Primary Florida Transportation Systems, Inc . $143,450.00 Build Options Southern Primary Florida Transportation Systems, Inc . $143,750.00 Build Options https://www.myvendorlink.com/internal/staff/awardzone 10/83 10/4/23, 9:01 AM Bid Award Con tract: FSA23-VEH21.0, Heavy Trucks and Buses Award Rep ort 1 VendorLink Gro up: Buses: 20 to 52 Passenger Capacity Range, Conventional Truck -Type Cutaway Chassis Item: 11, Starcraft, Allstar, Allstar De scription: Refer to Item Group Specifications PDF document for FSA Base Specifications . Model Upgra de/Downgrade: Zo ne Rank Ve nd or Price Build File Opti ons File Western Primary Creative Bus Sales, Inc . $140,137 .00 Build Options Northern Primary Creative Bus Sales, Inc . $140,137.00 Build Options Central Primary Creative Bus Sales, Inc . $140,137 .00 Build Options Southern Primary Creative Bus Sales, Inc. $140,137.00 Build Options 11/83 https://www.myve ndorlink. com/internal/staff/awardz one 10/4/23, 9:01 AM Bid Award Award Report 1 VendorLink Contract: FSA23-VEH21 .0, Heavy Trucks and Buses Group: Buses: 20 to 52 Passenger Capacity Range, Conventional Truck -Type Cutaway Chassis Item: 94, StarTrans, The Senator II HD, Senator HD 28 Description: Refer to Item Group Specifications PDF document for FSA Base Specifications . Model Upgrade/Downgrade: Zo ne Rank Ve nd or Price Build File Optio ns File Western Primary Matthews Bus Alliance Inc . $147,140 .00 Build Options Northern Primary Matthews Bus Alliance Inc. $147,140.00 Build Options Central Primary Matthews Bus Alliance Inc. $147,140.00 Build Options Southern Primary Matthews Bus Alliance Inc . $147,140 .00 Build Options https://www.myvendorlink.com/inte rnal/staff/awardzone 12/83 10/4/23, 9:01 AM Bid Award Award Report 1 VendorLink Co ntract: FSA23-VEH21 .0, Heavy Trucks and Buses Grou p: Buses: 33 to 54 Passenger Capacity Range, Commercial -Type, Rear Engine Chassis Item: 12, Bluebird, T3RE, T3RE Description: Refer to Item Group Specifications PDF document for FSA Base Specifications . Model Upgrade/Downgrade: Zo ne Rank Vendor Price Build File Options File Western Primary Florida Transportation Systems, Inc. $175,832.00 Build Options Northern Primary Florida Transportation Systems, Inc . $175,532.00 Build Options Central Primary Florida Transportation Systems, Inc. $175,532 .00 Build Options Southern Primary Florida Transportation Systems, Inc . $175,832 .00 Build Options https://www.myvendorlink.co m/internal/staff/a wardzone 13/83 10/4/23, 9:01 AM Bid Award Award Report I VendorLink Contract: FSA23-VEH21 .0, Heavy Trucks and Buses Grou p: Buses: 36 to 52 Passenger Capacity Range, C ommercial -Type, Front Engine Chassis Item: 13, Bluebird, T3FE, T3FE Description: Refer to Item Gr oup Specifications PDF document for FSA Base Specifications . Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Florida Transportation Systems, Inc . $157,829.00 Build Northern Primary Florida Transportation Systems, Inc . $157,629.00 Build Central Primary Florida Transportation Systems, Inc . $157,629 .00 Build Southern Primary Florida Transportation Systems, Inc . $157,829.00 Build https://www.myvendorlink.com/internal/staff/awardzone 14/83 10/4/23, 9:01 AM Bid Award Award Report I VendorLink Con tract: FSA23-VEH21 .0, Heavy Trucks and Buses Group: Cab and Chassis Trucks Electric: 54,000 lbs . GVWR 4x6 Semi Tractor Item: 14, Kenworth, T680E, T680E Description: Refer to Item Group Specifications PDF document for FSA Base Specifications . Model Upgrade/Downgrade: Zo ne Rank Vendor Price Build File Options File Western Northern Primary Kenworth of Jacksonville $467,936 .00 Build Options Central Primary Florida Kenworth, LLC $471,912 .00 Build Options Alternate All Roads Kenworth, LLC . $500,286 .00 Build Options Southern Primary Florida Kenworth, LLC $471,912 .00 Build Options Alternate All Roads Kenworth, LLC. $500,286.00 Build Options https://www.myve ndorlink.com/internal/staff/awardzone 15/83 10/4/23, 9:01 AM Bid Award Award Report 1 VendorLink Contract: FSA23-VEH21 .0, Heavy Trucks and Buses Grou p: Cab and Chassis Trucks Electric: 54,000 lbs. GVWR 4x6 Semi Tractor Item: 15, Peterbilt, 579EV, 579EV Description: Refer to Item Group Specifications PDF document for FSA Base Specifications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Rush Truck Centers of Florida, Inc. $516,074.00 Build Options Northern Primary Rush Truck Centers of Florida, Inc . $516,074 .00 Build Options Central Primary Rush Truck Centers of Florida, Inc. $516,074.00 Build Options Southern Primary The Peterbilt Store South Florida LLC $484,000 .00 Build Options https://www. myvendorlink.com/internal/staff/awardzone 16/83 10/4/23, 9:01 AM Bid Award Award R eport 1 VendorLink Contract: FSA23-VEH21.0, Heavy Trucks and Buses Grou p: Cab and Chassis Trucks Electric: 54,000 lbs . GVWR 4 x6 Semi Tractor Item: 16, Volvo, VNR, VNR Description: Refer to Item Group Specifications PDF document for FSA Base Specifications . Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Nextran Truck Centers $409,688.00 Build Options Northern Primary Nextran Truck Centers $409,688 .00 Build Options Central Primary Nextran Truck Centers $409,688 .00 Build Options Southern Primary Nextran Truck Centers $409,688 .00 Build Options https://www.myvendorlink.com/internal/staff/awardzone 17/83 10/4/23, 9:01 AM Bid Award Award Report 1 VendorLink Contract: FSA23-VEH21.0, Heavy Trucks and Buses Grou p: Cab and Chassis Trucks Electric: Conventional Cab 33,000 lbs . GVWR (DRW) 4x2 Item: 18, International, EMV, MV60E Description: Refer to Item Group Specifications PDF document for FSA Base Specifications . Mo del Upgrade/Downgrade: Zone Rank Vendor Pric e Build File Opti ons File Western Primary Cumberland International Trucks of Florida $272,000.00 Build Options Northern Primary Cumberland International Trucks of Florida $270,000 .00 Build Options Central Primary Cumberland International Trucks of Florida $270,000 .00 Build Options Alternate Sun State International Trucks $270,250.00 Build Options Southern Primary Rechtien Internatio nal Trucks $270,677 .00 Build Options https://www.myv endorlink.com/internal/staff/a wardzone 18/83 10/4/23, 9:01 AM Bid Award Award R eport 1 VendorLink Co ntract: FSA23-VEH21 .0, Heavy Trucks and Buses Group: Cab and Chassis Trucks Electric: Conventional Cab 33,000 lbs . GVWR (DRW) 4x2 Item: 19, Mack, MD7 Electric, MDe7 Descriptio n: Refer to Item Group Specifications PDF document for FSA Base Specifications . Mo del Upgrade/Do wn grade: Zo ne Rank Vendor Price Build File Options Fil e Western Primary Nextran Truck Centers $242,926.00 Build Options Northern Primary Nextran Truck Centers $242,926 .00 Build Options Central Primary Nextran Truck Centers $242,926 .00 Build Options Southern Primary Nextran Truck Centers $242,926.00 Build Options https://www.myvendorlink.com/internal/staff/awardzone 19/83 10/4/23, 9:01 AM Bid Award Award Report 1 Vend orLink Contract: FSA23-VEH21.0, Heavy Trucks and Buses Grou p: Cab and Chassis Trucks Electric: Tilt Cab 26,000 lbs. GVWR (DRW) 4 x2 Item: 20, Battle Motors, LNT, LNT Description: Refer to Item Group Specifications PDF document for FSA Base Specifications . Mo del Upgrade/Downgrade: Zone Western Northern Central Southern Rank Vendor Price Build File Opti ons File Primary All Roads Kenworth, LLC . $428,600 .00 Build Opti ons Alternate Container Systems & Equipment Co ., Inc . $437,500.00 Build Options Alternate TRUCKMAX, INC. $536,127 .00 Build Options Primary All Roads Kenworth, LLC . $426,600.00 Build Options Alternate Container Systems & Equipment Co ., Inc . $437,500.00 Build Options Alternate TRUCKMAX, INC. $536,127 .00 Build Options Primary Container Systems & Equipment Co ., Inc . $437,500.00 Build Options Alternate TRUCKMAX, INC. $536,127.00 Build Options Primary All Roads Kenworth, LLC. $423,600 .00 Build Options Alternate TRUCKMAX, INC. $536,127.00 Build Options https://www.myvendorlink.com/internal/staff/awardzone 20/83 10/4/23, 9:01 AM Bid Award Award Report 1 VendorLink Contract: FSA23-VEH21 .0, Heavy Trucks and Buses Grou p: Cab and Chassis Trucks Electric: Tilt Cab 26,000 lbs . GVWR (DRW) 4x2 Item: 21, Peterbilt, 220EV, 220 Description: Refer to Item Group Specifications PDF d ocument for FSA Base Specifications . M odel Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Rush Truck Centers of Fl orida, Inc . $360,338 .00 Build Options Northern Primary Rush Truck Centers of Florida, Inc . $360,338.00 Build Options Central Primary Rush Truck Centers of Florida, Inc. $360,338.00 Build Options Southern Primary The Peterbilt Store South Florida LLC $358,082 .00 Build Options https://www. myvendorlink.com/internal/staff/awardzo ne 21/83 10/4/23, 9:01 AM Bid Award Award Report 1 VendorLink Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group: Cab and Chassis Trucks: 17,500 lbs. GVWR (DRW) 4x2 Item: 23, Ford, F-550 Crew Cab, W5G Description: Refer to Item Group Specifications PDF document for FSA Base Specifications . Model Upgrade/Downgrade: Zone Rank Vend or Price Build File Options File Western Primary Bachrodt FT, LLC dba Palmett o F ord of Miami $60,305.00 Build Options Alternate Duval Ford LLC $60,569 .00 Build Options Northern Primary Bachrodt FT, LLC dba Palmetto Ford of Miami $60,080 .00 Build Options Alternate Duval Ford LLC $60,359 .00 Build Options Central Primary Bachrodt FT, LLC dba Palmetto Ford of Miami $59,855.00 Build Options Alternate Duval Ford LLC $60,449 .00 Build Options Southern Primary Bachrodt FT, LLC dba Palmetto Ford of Miami $59,855 .00 Build Options Alternate Duval Ford LLC $60,594 .00 Build Options https://www.myvendorlink. com/interna l/staff/awardz one 22/83 10/4/23, 9:01 AM Bid Award Award Report 1 Vend orLink Contract: FSA23-VEH21 .0, Heavy Trucks and Buses Group: Cab and Chassis Trucks: 17,500 lbs . GVWR (DRW) 4x2 Item: 24, Ford, F-550 Super Cab, X5G Description : Refer to Item Group Specifications PDF document for FSA Base Specifications . Model Upgrade/Do wngrade: Zone Rank Vendor Price Build File Options Fil e Western Primary Bachrodt FT, LLC dba Palmetto Ford of Miami $59,905.00 Build Options Alternate Duval Ford LLC $60,166.00 Build Options Northern Primary Bachrodt FT, LLC dba Palmetto Ford of Miami $59,680 .00 Build Options Alternate Duv al Ford LLC $59,956 .00 Build Options Central Primary Bachrodt FT, LLC dba Palmetto Ford of Miami $59,455 .00 Build Options Alternate Duval Ford LLC $60,046.00 Build Options Southern Primary Bachrodt FT, LLC dba Palmetto Ford of Miami $59,455 .00 Build Options Alternate Duval Ford LLC $60,191 .00 Build Options https://www. myvendorlink.com/internal/staff/awardzo ne 23/83 10/4/23, 9:01 AM Bid Award Award Report 1 VendorLink Contract: FSA23-VEH21 .0, Heavy Trucks and Buses Grou p: Cab and Chassis Trucks: 17,500 lbs . GVWR (DRW) 4x2 Item: 25, Ford, F-600 Super Cab, F6K Description: Refer to Item Group Specificati ons PDF document for FSA Base Specifications . Model Upgrade/Downgrade: Zone Rank Vend or Price Build File Options File Western Primary Bachrodt FT, LLC dba Palmetto F ord of Miami $61,492 .00 Build Options Alternate Duval Ford LLC $61,765 .00 Build Options Northern Primary Bachrodt FT, LLC dba Palmetto Ford of Miami $61,267.00 Build Options Alternate Duval Ford LLC $61,555 .00 Build Options Central Primary Bachrodt FT, LLC dba Palmetto Ford of Miami $61,042.00 Build Options Alternate Duval Ford LLC $61,645.00 Build Options Southern Primary Bachrodt FT, LLC dba Palmetto Ford of Miami $61,042 .00 Build Options Alternate Duval Ford LLC $61,790 .00 Build Options https://www.myvendorlink. com/internal/staff/awardz one 24/83 10/4/23, 9:01 AM Bid Award Award Report 1 VendorLink Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group: Cab and Chassis Trucks: 17,500 lbs . GVWR (DRW) 4x2 Item: 26, Ford, F-550 Regular Cab, F5G Description: Refer to Item Group Specifications PDF document for FSA Base Specifications. Mo del Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Duval Ford LLC $58,437 .00 Build Options Northern Primary Duval Ford LLC $58,227 .00 Build Options Central Primary Duval Ford LLC $58,317 .00 Build Options Southern Primary Duval Ford LLC $58,462 .00 Build Options https://www.myvendorlink. com/internal/staff/awardzone 25/83 10/4/23, 9:01 AM Bid Award Award R eport 1 VendorLink Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group: Cab and Chassis Trucks: 17,500 lbs . GVWR (DRW) 4x2 Ite m: 27, International, CV, 515 Description: Refer to Item Group Specifications PDF document for FSA Base Specifications . Model Upgrade/Downgrade: Zone Ran k Vend or Price Build File Options File Western Primary Cumberland International Trucks of Florida $67,400 .00 Build Options Northern Primary Cumberland International Trucks of Florida $66,400 .00 Build Options Central Primary Sun State International Trucks $66,275.00 Build Options Alternate Cumberland International Trucks of Florida $66,400.00 Build Options Southern Primary Rechtien International Trucks $66,373.00 Build Options https://www.myve ndorlink. com/internal/staff/awardz one 26/83 10/4/23, 9:01 AM Bid Award Award Report 1 VendorLink Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group: Cab and Chassis Trucks: 17,500 lbs . GVWR (DRW) 4x2 Item: 28, Kenworth, T180, T180 Description: Refer to Item Gr oup Specifications PDF document for FSA Base Specifications . Model Upgrade/Downgrade: Zo ne Rank Vend or Price Build File Options File Western Northern Primary Kenworth of Jacks onville $95,559.00 Build Options Central Primary All Roads Kenworth, LLC . $95,909 .00 Build Options Southern Primary All Roads Kenworth, LLC. $95,909 .00 Build Options https://www. myve ndorlink.com/internal/staff/awardzone 27/83 10/4/23, 9:01 AM Bid Award Award Report I VendorLink Contract: FSA23-VEH21.0, Heavy Trucks and Buses Gro up: Cab and Chassis Trucks: 17,500 lbs. GVWR (DRW) 4x2 Item: 29, Peterbilt, 535, 535 Description: Refer to Item Group Specifications PDF document for FSA Base Specifications . Mo del Upgrade/Do wngrade: Zone Ran k Vend or Price Build File Options File Western Primary Rush Truck Centers of Fl orida, Inc. $104,352 .00 Build Options Northern Primary Rush Truck Centers of Florida, Inc. $104,352 .00 Build Options Central Primary Rush Truck Centers of Florida, Inc . $104,352 .00 Build Options Southern Primary The Peterbilt Store South Florida LLC $106,067.00 Build Options https://www.myvendorlink. com/interna l/staff/awardzo ne 28/83 10/4/23, 9:01 AM Bid Award Award Report 1 VendorLink Contract: FSA23-VEH21 .0, Heavy Trucks and Buses Group: Cab and Chassis Trucks: 17,500 lbs . GVWR (DRW) 4x4 Item: 31, Ford, F-550 Super Cab, XSH Description: Refer to Item Group Specifications PDF document for FSA Base Specifications . Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Bachrodt FT, LLC dba Palmetto Ford of Miami $62,665.00 Build Options Alternate Duval Ford LLC $62,788 .00 Build Options Northern Primary Bachrodt FT, LLC dba Palmetto Ford of Miami $62,440.00 Build Options Alternate Duval Ford LLC $62,578.00 Build Options Central Primary Bachrodt FT, LLC dba Palmetto Ford of Miami $62,215 .00 Build Options Alternate Duval Ford LLC $62,668.00 Build Options Southern Primary Bachrodt FT, LLC dba Palmetto Ford of Miami $62,215.00 Build Options Alternate Duval Ford LLC $62,813 .00 Build Options https://www. myv endo rlink.com/internal/staff/awardzone 29/83 10/4/23, 9:01 AM Bid Award Award Report 1 VendorLink Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group: Cab and Chassis Trucks: 17,500 lbs . GVWR (DRW) 4x4 Item: 32, Ford, F-550 Crew Cab, W5H Descriptio n: Refer to Item Group Specifications PDF document for FSA Base Specifications . Mo del Upgrade/Do wngrade: Zone Rank Vendor Price Build File Options File Western Primary Bachrodt FT, LLC dba Palmetto F ord of Miami $63,464.00 Build Options Alternate Duval Ford LLC $63,752.00 Build Options Northern Primary Bachrodt FT, LLC dba Palmetto Ford of Miami $63,239.00 Build Options Alternate Duval Ford LLC $63,542 .00 Build Options Central Primary Bachrodt FT, LLC dba Palmetto Ford of Miami $63,014 .00 Build Options Alternate Duval Ford LLC $63,632.00 Build Options Southern Primary Bachrodt FT, LLC dba Palmetto Ford of Miami $63,014 .00 Build Options Alternate Duval Ford LLC $63,777 .00 Build Options https://www. myvendorlink.com/internal/staff/awardzone 30/83 10/4/23, 9:01 AM Bid Award Award Report 1 Vend orLink Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group: Cab and Chassis Trucks: 17,500 lbs . GVWR (DRW) 4x4 Item: 33, Ford, F-550 Regular Cab, F5H Description: Refer to Item Group Specifications PDF document for FSA Base Specifications . Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Bachrodt FT, LLC dba Palmetto Ford of Miami $60,810.00 Build Options Alternate Duval Ford LLC $61,078.00 Build Options Northern Primary Bachrodt FT, LLC dba Palmetto Ford of Miami $60,585 .00 Build Options Alternate Duval Ford LLC $60,868 .00 Build Options Central Primary Bachrodt FT, LLC dba Palmetto Ford of Miami $60,360.00 Build Options Alternate Duval Ford LLC $60,958 .00 Build Options Southern Primary Bachrodt FT, LLC dba Palmetto Ford of Miami $60,360 .00 Build Options Alternate Duval Ford LLC $61,103 .00 Build Options https://www.myvendorlink.com/internal/staff/awardzone 31/83 10/4/23, 9:01 AM Award Report 1 VendorLink Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Gro up: Cab and Chassis Trucks: 17,500 lbs . GVWR (DRW) 4x4 Item: 34, Ford, F-600 Regular Cab, F6L Description: Refer to Item Group Specificati ons PDF document for FSA Base Specifications . Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Bachrodt FT, LLC dba Palmetto Ford of Miami $64,113 .00 Build Options Alternate Duval Ford LLC $64,406.00 Build Options Northern Primary Bachrodt FT, LLC dba Palmetto Ford of Miami $63,888 .00 Build Options Alternate Duval Ford LLC $64,196.00 Build Options Central Primary Bachrodt FT, LLC dba Palmetto Ford of Miami $63,663 .00 Build Options Alternate Duval Ford LLC $64,286 .00 Build Options Southern Primary Bachrodt FT, LLC dba Palmetto Ford of Miami $63 ,663 .00 Build Options Alternate Duval Ford LLC $64,431 .00 Build Options https://www.myvendorlink.com/internal/staff/awardzone 32/83 10/4/23, 9:01 AM Bid Award Award Report I VendorLink Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group: Cab and Chassis Trucks: 17,500 lbs . GVWR (DRW) 4x4 Item: 35, International, CV, 515 Descriptio n: Refer to Item Group Specifications PDF document for FSA Base Specifications . Mode l Upgrade/Downgrade: Zone Rank Vendor Price Build File Opti ons File Western Primary Cumberland International Trucks of Florida $71,000.00 Build Options Northern Primary Cumberland International Trucks of Florida $69,995.00 Build Options Central Primary Sun State International Trucks $69,875.00 Build Options Alternate Cumberland International Trucks of Florida $69,995 .00 Build Options Southern Primary Rechtien International Trucks $70,178 .00 Build Options https://www.myve ndorlink.com/internal/staff/awardzone 33/83 10/4/23, 9:01 AM Bid Award Award Report 1 VendorLink Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group: Cab and Chassis Trucks: 25,500 lbs . GVWR (DRW) 4x2 Item: 36, Ford, F-650 Regular Cab, F6D Description: Refer to Item Group Specifications PDF document for FSA Base Specifications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Bachrodt FT, LLC dba Palmetto Ford of Miami $68,547 .00 Build Options Alternate BOZARD FORD $70,751.00 Build Options Northern Primary Bachrodt FT, LLC dba Palmetto Ford of Miami $67,547.00 Build Options Alternate BOZARD FORD $70,751 .00 Build Options Central Primary Bachrodt FT, LLC dba Palmetto Ford of Miami $67,547 .00 Build Options Alternate BOZARD FORD $70,751.00 Build Options Southern Primary Bachrodt FT, LLC dba Palmetto Ford of Miami $67,547 .00 Build Options Alternate BOZARD FORD $70,751 .00 Build Options https://www.myvendorlink.com/internal/staff/awardzone 34/83 10/4/23, 9:01 AM Bid Award Award Report 1 VendorLink Contract: FSA23-VEH21 .0, Heavy Trucks and Buses Group: Cab and Chassis Trucks: 25,500 lbs . GVWR (DRW) 4x2 Item: 37, Freightliner, M2, 106 Description: Refer to Item Group Specifications PDF document for FSA Base Specifications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Opti ons Fil e Western Primary SBL Freightliner, LLC $76,300 .00 Build Opti ons Alternate Tampa Truck Center $77,529 .00 Build Options Northern Primary SBL Freightliner, LLC $76,900 .00 Build Options Alternate Tampa Truck Center $77,529 .00 Build Opti ons Central Primary SBL Freightliner, LLC $76,300.00 Build Options Alternate Tampa Truck Center $77,529 .00 Build Options Southern Primary SBL Freightliner, LLC $75,900.00 Build Options Alternate Tampa Truck Center $77,529.00 Build Options https://www. myvendorlink. com/internal/staff/awardzone 35/83 10/4/23, 9:01 AM Bid Award Award Report 1 VendorLink Contract: FSA23-VEH21 .0, Heavy Trucks and Buses Group: Cab and Chassis Trucks: 25,500 lbs . GVWR (DRW) 4x2 Item: 38, Hino, L6, L6 Description : Refer to Item Group Specificati ons PDF docum ent for FSA Base Specifications . Model Upgrade/Do wngrade: Zone Rank Vendor Price B uild File Options File Western Primary TRUCKMAX, INC. $76,024 .00 Build Options Northern Primary TRUCKMAX, INC. $76,024.00 Build Options Alternate Nextran Truck Centers $80,036.00 Build Options Central Primary TRUCKMAX, INC. $76,024.00 Build Options Southern Primary TRUCKM AX, INC. $76,024.00 Build Options https://www.myvendorlink.com/internal/staff/awardzone 36/83 10/4/23, 9:01 AM Bid Award Award Report 1 V endorLink Co ntract: FSA23-VEH21 .0, Heavy Trucks and Buses Group: Cab and Chassis Trucks: 25,500 lbs . GVWR (DRW) 4x2 Item: 39, International, MV, 607 Description: Refer to Item Group Specifications PDF document for FSA Base Specifications . Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Cumberland International Trucks of Florida $80,500 .00 Build Options Northern Primary Cumberland International Trucks of Florida $79,500.00 Build Options Central Primary Sun State International Tr ucks $79,425 .00 Build Options Alternate Cumberland International Trucks of Florida $79,500 .00 Build Options Southern Primary Rechtien International Trucks $79,964 .00 Build Options https://www.myve ndorlink.com/internal/staff/awardzone 37/83 10/4/23, 9:01 AM Bid Award Award Report 1 VendorLink Contract: FSA23-VEH21 .0, Heavy Trucks and Buses Grou p: Cab and Chassis Trucks: 25,500 lbs. GVWR (DRW) 4x2 Item: 40, Kenworth, T280, T280 De scriptio n: Refer to Item Gr oup Specificati ons PDF d ocument for FSA Base Specifications . Mo del Upgrade/Downgrade: Zo ne Rank Vend or Price Build File Options File Western Northern Primary Kenworth of Jacksonville $102,073 .00 Build Options Central Primary All Roads Kenworth, LLC . $97,413 .00 Build Options Alternate Florida Kenworth, LLC $98,667 .00 Build Options Southern Primary All Ro ads Kenworth, LLC . $97,413 .00 Build Options Alternate Florida Kenworth, LLC $98,667 .00 Build Options https://www.myvendorlink.com/internal/staff/awardzone 38/83 10/4/23, 9:01 AM Bid Award Aw ard Report 1 VendorLink Contract: FSA23-VEH21 .0, Heavy Trucks and Buses Group: Cab and Chassis Trucks: 25,500 lbs . GVWR (DRW) 4x2 Item:41, Mack, MD6, MD6 Description: Refer to Item Group Specifications PDF document for FSA Base Specifications . M odel Upgrade/Downgrade: Zone Ra nk Vendor Price B uild File Options File Western Primary Nextran Truck Centers $83,676.00 Build Options Northern Primary Nextran Truck Centers $83,676.00 Build Options Central Primary Nex tran Truck Centers $83,676 .00 Build Options Southern Primary Nextran Truck Centers $83,676 .00 Build Options https://www. myvendorlink.com/internal/staff/awardzone 39/83 10/4/23, 9:01 AM Bid Award Award Report 1 VendorLink Contract: FSA23-VEH21.0, Heavy Trucks and Buses Grou p: Cab and Chassis Trucks: 25,500 lbs . GVWR (DRW) 4x2 Item: 42, Peterbilt, 536, 536 Description : Refer to Item Group Specifications PDF document for FSA Base Specifications . Model Upgrade/Downgrade: Zone Rank Vendor Pric e B uild File Options File Western Primary Rush Truck Centers of Florida, Inc . $107,305 .00 Build Options No rthern Primary Rush Truck Centers of Florida, Inc . $107,305 .00 Build Options Central Primary Rush Truck Centers of Florida, Inc. $107,305 .00 Build Options Southern Primary The Peterbilt Store South Florida LLC $109,703 .00 Build Options https://www.myvendorlink.co m/internal/staff/awardzo ne 40/83 10/4/23, 9:01 AM Bid Award Award Report I VendorLink Contract: FSA23-VEH21 .0, Heavy Trucks and Buses Group: Cab and Chassis Trucks: 30,000 lbs. GVWR (DRW) 4x2 Item: 43, Ford, F-750 Regular Cab, F7D Descriptio n: Refer to Item Group Specifications PDF document for FSA Base Specifications . Model Upgrade/Downgrade: Zone Ran k Vendor Pric e Build File Options File Western Primary Bachrodt FT, LLC dba Palmetto Ford of Miami $70,163 .00 Build Options Alternate BOZARD FORD $72,136.00 Build Options Northern Primary Bachrodt FT, LLC dba Palmetto F ord of Miami $69,163 .00 Build Options Alternate BOZARD FORD $72,136 .00 Build Options Central Primary Bachrodt FT, LLC dba Palmetto Ford of Miami $69,163 .00 Build Options Alternate BOZARD FORD $72,136 .00 Build Options Southern Primary Bachrodt FT, LLC dba Palmetto Ford of Miami $69,163 .00 Build Options Alternate BOZARD FORD $72,136 .00 Build Options https://www. myvendo rlink.com/internal/sta ff/awardzone 41/83 10/4/23, 9:01 AM Award Report 1 VendorLink Bid Award Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group: Cab and Chassis Trucks: 30,000 lbs. GVWR (DRW) 4x2 Item: 44, Freightliner, M2, 106 Description: Refer to Item Group Specifications PDF d ocument f or FSA Base Specifications . Mo del Upgrade/Downgrade: Zone Western Northern Central Southern Rank Vendor Price Build Fil e Options File Primary Tampa Truck Center $77,329.00 Build Options Alternate Orlando Freightliner $77,354 .00 Build Options Alternate SBL Freightliner, LLC $77,500 .00 Build Options Primary Orlando Freightliner $77,074 .00 Build Options Alternate Tampa Truck Center $77,329 .00 Build Options Alternate SBL Freightliner, LLC $77,900 .00 Build Options Primary Orlando Freightliner $76,774.00 Build Options Alternate SBL Freightliner, LLC $77,300 .00 Build Options Alternate Tampa Truck Center $77,329 .00 Build Options Primary SBL Freightliner, LLC $76,900.00 Build Options Alternate Tampa Truck Ce nter $77,329 .00 Build Opti ons Alternate Orlando Freightliner $77,354 .00 Build Options https://www. myvendorlink.com/internal/staff/awardz one 42/83 10/4/23, 9:01 AM Bid Award Award Report 1 VendorLink Co ntract: FSA23-VEH21.0, Heavy Trucks and Buses Group: Cab and Chassis Trucks: 30,000 lbs . GVWR (DRW) 4x2 Item: 45, Hino, L7, L7 Descriptio n: Refer to Item Group Specifications PDF document for FSA Base Specifications . Mo del Upgrade/Downgrade: Zo ne Rank Vendor Price Build File Options File Western Primary TRUCKMAX, INC . $79,255.00 Build Options Northern Primary TRUCKMAX, INC . $79,255 .00 Build Options Alternate Nextran Truck Centers $81,939 .00 Build Options Central Primary TRUCKMAX, INC. $79,255 .00 Build Options Southern Primary TRUCKMAX, INC. $79,255 .00 Build Options https://www.myvendorlink.com/inte rnal/staff/awardzone 43/83 10/4/23, 9:01 AM Bid Award Award Report 1 VendorLink Contract: FSA23-VEH21.0, Heavy Trucks and Buses Grou p: Cab and Chassis Trucks: 30,000 lbs . GVWR (DRW) 4x2 Item: 46, International, MV, 607 Description: Refer to Item Group Specifications PDF document for FSA Base Specifications . Mo del Upgrade/Down grade: Zo ne Ran k Vendor Price Build File Options File Western Primary Cumberland International Trucks of Florida $81,950 .00 Build Options Northern Primary Cumberland International Trucks of Florida $80,950.00 Build Options Central Primary Sun State International Trucks $80,875.00 Build Options Alternate Cumberland International Trucks of Florida $80,950 .00 Build Options Southern Primary Rechtien Internatio nal Trucks $81,255.00 Build Options https://www. myvendorlink.com/inte rnal/staff/awa rdzone 44/83 10/4/23, 9:01 AM Bid Award Award Rep ort 1 VendorLink Con tract: FSA23-VEH21.0, Heavy Trucks and Buses Group: Cab and Chassis Trucks: 30,000 lbs . GVWR (DRW) 4x2 Item: 47, Kenworth, T380, T380 Description: Refer to Item Group Specifications PDF document for FSA Base Specifications . Model Upgrade/Downgrade: Zo ne Ran k Vendor Price Build File Opti ons File Western Northern Primary Kenworth of Jacksonville $102,925 .00 Build Options Central Primary All Roads Kenworth, LLC. $98,800 .00 Build Options Alternate Florida Kenworth, LLC $101,463 .00 Build Options Southern Primary All Roads Kenworth, LLC. $98,800.00 Build Options Alternate Florida Kenworth, LLC $101,463.00 Build Options https://www.myvendorlink.com/internal/staff/awardzone 45/83 10/4/23, 9:01 AM Bid Award Award Report I VendorLink Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group: Cab and Chassis Trucks: 30,000 lbs . GVWR (DRW) 4x2 Item: 48, Mack, MD7, MD7 Description: Refer to Item Group Specifications PDF document for FSA Base Specifications. Mo del Upgrade/Downgrade: Zo ne Rank Vendor Price Build File Options File Western Primary Nextran Truck Centers $88,890 .00 Build Options Northern Primary Nextran Truck Centers $88,890.00 Build Options Central Primary Nextran Truck Centers $88,890.00 Build Options Southern Primary Nextran Truck Centers $88,890 .00 Build Options https://www.myvendorlink.com/internal/staff/awardzone 46/83 10/4/23, 9:01 AM Bid Award Aw ard Report 1 VendorLink Contract: FSA23-VEH21 .0, Heavy Trucks and Buses Gro up: Cab and Chassis Trucks: 30,000 lbs. GVWR (DRW) 4x2 Item: 49, Peterbilt, 537, 537 Description: Refer to Item Group Specifications PDF document for FSA Base Specifications. Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Optio ns File Western Primary Rush Truck Centers of Florida, Inc. $111,720 .00 Build Opti ons Northern Primary Rush Truck Centers of Florida, Inc . $111,720 .00 Build Options Central Primary Rush Truck Centers of Florida, Inc. $111,720.00 Build Options Southern Primary The Peterbilt Store South Florida LLC $115,029 .00 Build Options https://www.myvendorlink.com/internal/staff/awardzone 47/83 10/4/23, 9:01 AM Bid Award Award Report 1 VendorLink Contract: FSA23-VEH21 .0, Heavy Trucks and Buses Gro up: Cab and Chassis Trucks: 30,000 lbs . GVWR (DRW) 4x2 Item: 50, Western Star, 47X, 47X Description: Refer to Item Group Specifications PDF document for FSA Base Specifications . Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Opti ons File Western Primary Tampa Truck Center $107,400 .00 Build Options Northern Primary Tampa Truck Center $107,400.00 Build Options Central Primary Tampa Truck Center $107,400 .00 Build Opti ons Southern Primary Tampa Truck Center $107,400 .00 Build Options https://www.myvendorlink.com/internal/staff/awardzone 48/83 10/4/23, 9:01 AM Bid Award Award Report! Vend orLink Contract: FSA23-VEH21 .0, Heavy Trucks and Buses Group: Cab and Chassis Trucks: 52,000 lbs . GVWR Semi Tractor 4x6 Item: 51, Freightliner, M2, 112 Descriptio n: Refer to Item Group Specifications PDF document for FSA Base Specifications . Mo del Upgrade/Downgrade: Zo ne Western Northern Central Southern Rank Vendor Price Build File Optio ns File Primary SBL Freightliner, LLC $107,300.00 Build Options Alternate Tampa Truck Center $108,611.00 Build Options Alternate Orlando Freightliner $110,490 .00 Build Options Primary SBL Freightliner, LLC $107,900 .00 Build Options Alternate Tampa Truck Center $108,611 .00 Build Options Alternate Orlando Freightliner $110,490 .00 Build Options Primary SBL Freightliner, LLC $107,300 .00 Build Options Alternate Tampa Truck Center $108,611 .00 Build Options Alternate Orlando Freightliner $109,910.00 Build Options Primary SBL Freightliner, LLC $105,900 .00 Build Options Alternate Tampa Truck Center $108,611.00 Build Options Alternate Orlando Freightliner $110,490 .00 Build Options https://www.myvendorlink. com/internal/staff/awardzone 49/83 10/4/23, 9:01 AM Bid Award Award Report 1 VendorLink Contract: FSA23-VEH21.0, Heavy Trucks and Buses Grou p: Cab and Chassis Trucks: 52,000 lbs . GVWR Semi Tractor 4x6 Item: 52, International, HV, 613 Description: Refer to Item Group Specifications PDF document f or FSA Base Specifications . Mo del Upgrade/Downgrade: Zone Ran k Vendor Price Build File Options File Western Primary Cumberland International Trucks of Florida $115,850 .00 Build Options Northern Primary Cumberland International Trucks of Florida $114,850 .00 Build Options Central Primary Sun State International Trucks $114,795 .00 Build Options Alternate Cumberland International Trucks of Florida $114,850 .00 Build Options Southern Primary Rechtien International Trucks $115,449.00 Build Options https://www.myvendorlink.com/inte rnal/staff/awardzone 50/83 10/4/23, 9:01 AM Bid Award Award Report! VendorLink Contract: FSA23-VEH21 .0, Heavy Trucks and Buses Group: Cab and Chassis Trucks: 52,000 lbs. GVWR Semi Tractor 4x6 Item: 53, International, HX, 62F Description: Refer to Item Group Specifications PDF document for FSA Base Specifications . Mo del Upgrade/Do wngrade: Zone Rank Vendor Price Build File Options File Western Primary Cumberland International Trucks of Florida $132,500 .00 Build Options Northern Primary Cumberland International Trucks of Florida $131,500 .00 Build Options Central Primary Sun State International Trucks $131,374 .00 Build Options Alternate Cumberland International Trucks of Florida $131,500 .00 Build Options Southern Primary Rechtien International Trucks $132,500.00 Build Options https://www.myvendorlink.com/internal/staff/awardzone 51/83 10/4/23, 9:01 AM Bid Award Award Report 1 VendorLink Contract: FSA23-VEH21.0, Heavy Trucks and Buses Grou p: Cab and Chassis Trucks: 52,000 lbs . GVWR Semi Tractor 4x6 Item: 54, Kenworth, T880, T880 Descriptio n: Refer to Item Group Specifications PDF document for FSA Base Specifications . Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Opti ons File Western Northern Primary Kenworth of Jacksonville $142,390 .00 Build Options Central Primary All Roads Kenworth, LLC . $142,158 .00 Build Options Alternate Florida Kenworth, LLC $146,784 .00 Build Options Southern Primary All Roads Kenworth, LLC . $142,158 .00 Build Options Alternate Florida Kenworth, LLC $146,784 .00 Build Options https://www. myvendo rlink. com/interna l/staff/awardzone 52/83 10/4/23, 9:01 AM Bid Award Award Report 1 VendorLink Contract: FSA23-VEH21 .0, Heavy Trucks and Buses Group: Cab and Chassis Trucks: 52,000 lbs . GVWR Semi Tractor 4x6 Item: 55, Mack, AN or G Series, AN or G Series Description: Refer to Item Group Specifications PDF document for FSA Base Specifications . Model Upgrade/Do wngrade: Zone Rank Vendor Price Build File Options File Western Primary Nextran Truck Centers $130,462.00 Build Options Northern Primary Nextran Truck Centers $130,462.00 Build Options Central Primary Nextran Truck Centers $130,462.00 Build Options Southern Primary Nextran Truck Centers $130,462 .00 Build Options https://www.myvendorlink.com/internal/staff/awardzo ne 53/83 10/4/23, 9:01 AM Bid Award Award Report 1 VendorLink Contract: FSA23-VEH21 .0, Heavy Trucks and Buses Group: Cab and Chassis Trucks: 52,000 lbs . GVWR Semi Tractor 4x6 Item: 56, Peterbilt, 567, 567 Description: Refer to Item Group Specifications PDF document for FSA Base Specifications . Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Rush Truck Centers of Florida, Inc . $161,416.00 Build Options Northern Primary Rush Truck Centers of Florida, Inc . $161,416 .00 Build Options Central Primary Rush Truck Centers of Florida, Inc . $161,416.00 Build Options Southern Primary The Peterbilt Store South Florida LLC $163,188 .00 Build Options https://www.myvendorlink.com/internal/staff/awardzone 54/83 10/4/23, 9:01 AM Bid Award Award Report 1 VendorLink Con tract: FSA23-VEH21.0, Heavy Trucks and Buses Group: Cab and Chassis Trucks: 52,000 lbs . GVWR Semi Tractor 4x6 Item: 57, Volvo, V Series, V Series Descriptio n: Refer to Item Group Specifications PDF document for FSA Base Specifications . Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Opti ons File Western Primary Nextran Truck Centers $131,706.00 Build Options Northern Primary Nextran Truck Centers $131,706.00 Build Options Central Primary Nextran Truck Centers $131,706 .00 Build Options Southern Primary Nextran Truck Centers $131,706 .00 Build Options https://www.myvendorlink. com/internal/staff/awardz one 55/83 10/4/23, 9:01 AM Bid Award Award Report 1 VendorLink Contract: FSA23-VEH21 .0, Heavy Trucks and Buses Group: Cab and Chassis Trucks: 52,000 lbs . GVWR Semi Tractor 4x6 Item: 58, Western Star, 47X, 47X Descriptio n: Refer to Item Group Specifications PDF document for FSA Base Specificati ons . Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Tampa Truck Center $126,224 .00 Build Options Alternate Orlando Freightliner $128,566 .00 Build Options Northern Primary Orlando Freightliner $129 .00 Build Options Alternate Tampa Truck Center $126,224.00 Build Options Central Primary Tampa Truck Center $126,224 .00 Build Options Alternate Orlando Freightliner $127,986 .00 Build Options Southern Primary Tampa Truck Center $126,244 .00 Build Options Alternate Orlando Freightliner $128,566 .00 Build Options https://www.myvendorlink.com/inte rnal/sta ff/awardz one 56/83 10/4/23, 9:01 AM Bid Award Award Report 1 VendorLink Contract: FSA23-VEH21 .0, Heavy Trucks and Buses Group: Cab and Chassis Trucks: 52,000 lbs . GVWR Truck 4x6 Item: 59, Freightliner, M2, 112 Description : Refer to Item Group Specifications PDF document for FSA Base Specifications . Model Upgrade/Do wngrade: Zone Western Northern Central Southern Rank Vendor Price Build File Options File Primary Orlando Freightliner $101,978 .00 Build Options Alternate SBL Freightliner, LLC $102,400 .00 Build Options Alternate Tampa Truck Center $106,903 .00 Build Options Primary Orlando Freightliner $101,978.00 Build Options Alternate SBL Freightliner, LLC $103,400.00 Build Options Alternate Tampa Truck Center $106,903 .00 Build Options Primary Orlando Freightliner $101,978.00 Build Options Alternate SBL Freightliner, LLC $102,400.00 Build Opti ons Alternate Tampa Truck Center $106,903 .00 Build Options Primary SBL Freightliner, LLC $101,200 .00 Build Options Alternate Orlando Freightliner $101,978.00 Build Options Alternate Tampa Truck Center $106,903.00 Build Options https://www.myvendorlink.com/internal/staff/awa rdzone 57/83 10/4/23, 9:01 AM Bid Award Award Report 1 VendorLink Contract: FSA23-VEH21 .0, Heavy Trucks and Buses Group: Cab and Chassis Trucks: 52,000 lbs . GVWR Truck 4x6 Item: 60, International, HX, 62F Description: Refer to Item Group Specifications PDF document for FSA Base Specifications . Model Upgrade/Do wngrade: Zone Rank Vendor Price Build File Options File Western Primary Cumberland International Trucks of Florida $129,500 .00 Build Options Northern Primary Cumberland International Trucks of Florida $128,500.00 Build Options Central Primary Sun State International Trucks $128,437 .00 Build Options Alternate Cumberland International Trucks of Florida $128,500 .00 Build Options Southern Primary Rechtien International Trucks $128,917.00 Build Options https://www.myvendorlink. com/internal/staff/awardzone 58/83 10/4/23, 9:01 AM Bid Award Award Report 1 V endorLink Con tract: FSA23-VEH21 .0, Heavy Trucks and Buses Group: Cab and Chassis Trucks: 52,000 lbs . GVWR Truck 4x6 Item: 61, International, HV, 613 Description : Refer to Item Group Specifications PDF document for FSA Base Specifications . Model Upgrade/Do wngrade: Zone Rank Vendor Price Build File Opti ons File Western Primary Cumberland International Trucks of Fl orida $115,000 .00 Build Options Northern Primary Cumberland International Trucks of Florida $114,000 .00 Build Options Central Primary Sun State International Trucks $113,963 .00 Build Options Alternate Cumberland International Trucks of Florida $114,000.00 Build Options Southern Primary Rechtien International Trucks $115,493 .00 Build Options https://www.myvendorlink.com/inte rnal/sta ff/awardz one 59/83 10/4/23, 9:01 AM Bid Award Award Report I VendorLink Contract: FSA23-VEH21 .0, Heavy Trucks and Buses Group: Cab and Chassis Trucks: 52,000 lbs . GVWR Truck 4x6 Item: 62, Kenworth, T880, T880 Description: Refer to Item Group Specifications PDF document for FSA Base Specifications . Mo del Upgrade/Downgrade: Zo ne Rank Vend or Price Build File Options File Western Primary Truckworx Kenworth $173,342 .00 Build Options Northern Primary Kenworth of Jacksonville $146,040 .00 Build Options Central Primary All Roads Kenworth, LLC. $141,729 .00 Build Options Alternate Florida Kenworth, LLC $142,927 .00 Build Options Southern Primary All Roads Kenworth, LLC . $141,729 .00 Build Options Alternate Florida Kenworth, LLC $142,927 .00 Build Options https://www.myve ndorlink. co m/internal/staff/awardzone 60/83 10/4/23, 9:01 AM Bid Award Award Report 1 Vend orLink Contract: FSA23-VEH21 .0, Heavy Trucks and Buses Group: Cab and Chassis Trucks: 52,000 lbs. GVWR Truck 4x6 Item: 63, Mack, AN or G Series, AN or G Series Description: Refer to Item Group Specifications PDF document for FSA Base Specifications . Model Upgrade/Downgrade: Zo ne Rank Vendor Price Build File Options File Western Primary Nextran Truck Centers $137,308 .00 Build Options No rthern Primary Nextran Truck Centers $137,308 .00 Build Options Central Primary Nextran Truck Centers $137,308 .00 Build Options Southern Primary Nextran Truck Centers $137,308 .00 Build Options https://www. myvendorlink.com/internal/staff/awardzone 61/83 10/4/23, 9:01 AM Bid Award Award Report I VendorLink Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group: Cab and Chassis Trucks: 52,000 lbs. GVWR Truck 4x6 Item: 64, Peterbilt, 5671, 5671 Descriptio n: Refer to Item Group Specifications PDF document for FSA Base Specifications . Model Upgrade/Downgrade: Zone Rank Vend or Price Build File Options File Western Primary Rush Truck Centers of Florida, Inc . $161,015.00 Build Options Northern Primary Rush Truck Centers of Florida, Inc . $161,015 .00 Build Options Central Primary Rush Truck Centers of Florida, Inc . $161,015 .00 Build Options Southern Primary The Peterbilt Store South Florida LLC $165,308 .00 Build Options https://www. myvendorlink.com/internal/staff/awardzone 62/83 10/4/23, 9:01 AM Bid Award Award Report 1 VendorLink Con tract: FSA23-VEH21 .0, Heavy Trucks and Buses Group: Cab and Chassis Trucks: 52,000 lbs . GVWR Truck 4x6 Item: 65, Volv o, V Series, V Series Description: Refer to Item Group Specifications PDF document for FSA Base Specifications. Model Upgrade/Do wngrade: Zone Rank Ve ndor Price Build File Options File Western Primary Nextran Truck Centers $132,979 .00 Build Options Northern Primary Nextran Truck Centers $132,979 .00 Build Options Central Primary Nextran Truck Centers $132,979.00 Build Options Southern Primary Nextran Truck Centers $132,979 .00 Build Options https://www.myvendorlink.com/inte rnal/staff/awardzone 63/83 10/4/23, 9:01 AM Bid Award Award Report 1 VendorLink Contract: FSA23-VEH21 .0, Heavy Trucks and Buses Grou p: Cab and Chassis Trucks: 52,000 lbs. GVWR Truck 4x6 Item: 66, Western Star, 49X, 49X De scription : Refer to Item Group Specificati ons PDF d ocument for FSA Base Specifications . Mo del Upgrade/Downgrade: Zone Western Northern Central Southern Rank Vendor Price Build File Options File Primary Orlando Freightliner $123,930.00 Build Options Alternate Tampa Truck Center $126,840 .00 Build Options Alternate SBL Freightliner, LLC $144,599 .00 Build Options Primary Orlando Freightliner $123,930.00 Build Options Alternate Tampa Truck Center $126,840.00 Build Options Alternate SBL Freightliner, LLC $144,599.00 Build Options Primary Orlando Freightliner $123,350.00 Build Options Alternate Tampa Truck Center $126,840.00 Build Options Alternate SBL Freightliner, LLC $144,599 .00 Build Options Primary Orlando Freightliner $123,930.00 Build Options Alternate Tampa Truck Center $126,840 .00 Build Options Alternate SBL Freightliner, LLC $137,599 .00 Build Options https://www.myvendorlink.com/internal/staff/awardzone 64/83 10/4/23, 9:01 AM Bid Award Award Report! VendorLink Contract: FSA23-VEH21 .0, Heavy Trucks and Buses Grou p: Cab and Chassis: Tilt Cab (DRW) 4x2 Item: 67, Battle Motors, LNT, LNT-21 Description: Refer to Item Group Specifications PDF document for FSA Base Specifications . Model Upgrade/Downgrade: Zone Ran k Vendor Price Build File Opti ons File Western Primary Container Systems & Equipment Co., Inc. $174,741.00 Build Options Alternate All Roads Kenworth, LLC . $177,207 .00 Build Options Northern Primary Container Systems & Equipment C o., Inc . $174,741 .00 Build Opti ons Alternate All Roads Kenworth, LLC . $177,207 .00 Build Options Central Primary Container Systems & Equipment C o., Inc . $174,741 .00 Build Options Southern Primary All Ro ads Kenworth, LLC. $177,207 .00 Build Options https://www. myvendorlink.com/internal/staff/awardzone 65/83 10/4/23, 9:01 AM Bid Award Award Report 1 VendorLink Contract: FSA23-VEH21 .0, Heavy Trucks and Buses Group: Cab and Chassis: Tilt Cab (DRW) 4x2 Item: 68, lsuzu, NPR -HD, N3F1 Description: Refer to Item Group Specifications PDF document for FSA Base Specifications . Mo del Upgrade/Downgrade: Zone Western Northern Central So uthern Rank Vendor Price Build File Options File Primary DeLand Truck Center, Inc . $48,136.00 Build Options Alternate TRUCKMAX ISUZU $49,678 .00 Build Options Alternate Nextran Truck Centers $52,014 .00 Build Options Primary DeLand Truck Center, Inc. $48,136 .00 Build Options Alternate TRUCKMAX ISUZU $49,678 .00 B uild Opti ons Alternate Nextran Truck Centers $52,014 .00 Build Options Primary DeLand Truck Center, Inc. $48,136 .00 Build Options Alternate TRUCKMAX ISUZU $49,678 .00 Build Options Alternate Nextran Truck Centers $52,014 .00 Build Options Primary DeLand Truck Center, Inc. $48,136 .00 Build Optio ns Alternate TRUCKM AX ISUZU $49,678 .00 Build Options Alternate Nextran Truck Centers $52,014 .00 Build Options https://www.myvendorlink. com/internal/staff/awardzone 66/83 10/4/23, 9:01 AM Bid Award Award Report 1 VendorLink Contract: FSA23-VEH21 .0, Heavy Trucks and Buses Group: Cab and Chassis: Tilt Cab (DRW) 4x2 Item: 69, Isuzu, FTR Chassis, MT1/G1 Description : Refer to Item Group Specifications PDF document for FSA Base Specifications . Mo del Upgrade/Downgrade: Zone Western Northern Central Southern Ran k Vendor Price Build File Opti ons File Primary DeLand Truck Center, Inc. $75,915 .00 Build Opti ons Alternate TRUCKMAX ISUZU $78,745 .00 Build Options Alternate Nextran Truck Centers $81,075 .00 Build Options Primary DeLand Truck Center, Inc. $75,915.00 Build Options Alternate TRUCKMAX ISUZU $78,745 .00 Build Opti ons Alternate Nextran Truck Centers $81,075 .00 Build Options Primary DeLand Truck Center, Inc. $75,915 .00 Build Options Alternate TRUCKMAX ISUZU $78,745.00 Build Options Alternate Nextran Truck Centers $81,075 .00 Build Options Primary DeLand Truck Center, Inc. $75,915 .00 Build Options Alternate TRUCKMAX ISUZU $78,745.00 Build Options Alternate Nextran Truck Centers $81,075 .00 Build Options https://www.myvendorlink.com/internal/staff/awardzone 67/83 10/4/23, 9:01 AM Bid Award Award R ep ort 1 VendorLink Contract: FSA23-VEH21.0, Heavy Trucks and Buses Grou p: Cab and Chassis: Tilt Cab (DRW) 4x2 Item: 70, Kenworth, K270, K270 De scription: Refer to Item Group Specifications PDF document for FSA Base Specifications . Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Northern Primary Kenworth of Jacksonville $99,510 .00 Build Options Central Primary Florida Kenworth, LLC $96,870 .00 Build Options Alternate All Roads Kenworth, LLC . $99,516.00 Build Options Southern Primary Florida Kenworth, LLC $96,870.00 Build Options Alternate All Roads Kenworth, LLC. $99,516 .00 Build Options https://www. myvendo rlink.co m/internal/staff/awardz one 68/83 10/4/23, 9:01 AM Bid Award Award Report 1 VendorLink Contract: FSA23-VEH21 .0, Heavy Trucks and Buses Group: Cab and Chassis: Tilt Cab (DRW) 4x2 Item: 71, Peterbilt, 2201, 220 Description: Refer to Item Gr oup Specifications PDF document for FSA Base Specifications . M odel Upgrade/Downgrade: Zone Rank Vendor Price Build File Opti ons File Western Primary Rush Truck Centers of Florida, Inc . $119,856 .00 Build Options Northern Primary Rush Truck Centers of Florida, Inc . $119,856 .00 Build Options Central Primary Rush Truck Centers of Florida, Inc. $119,856.00 Build Options Southern Primary The Peterbilt Store South Florida LLC $122,502 .00 Build Options https://www.myve ndorlink.com/internal/staff/awardzone 69/83 10/4/23, 9:01 AM Bid Award Award Report 1 VendorLink Contract: FSA23-VEH21 .0, Heavy Trucks and Buses Grou p: Mobile Command Unit/Critical Response Unit Item: 76, Frontline Communications, CRU-22, CRU-22 Description: Refer to Item Group Specifications PDF document for FSA Base Specifications . Mo del Upgrade/Downgrade: Zo ne Ran k V end or Price Build File Options Fil e Western Primary Ten -8 Fire & Safety, LLC $340,095.00 Build Options Northern Primary Ten -8 Fire & Safety, LLC $340,095 .00 Build Options Central Primary Ten -8 Fire & Safety, LLC $340,095 .00 Build Options Southern Primary Ten -8 Fire & Safety, LLC $340,095 .00 Build Options https://www.myvendorlink.com/internal/staff/awardzo ne 70/83 10/4/23, 9:01 AM Bid Award Award Report 1 Vend orLink Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group: Refuse Truck Electric: 60,000 lbs . GVWR 4x6 (cab and chassis only) Item: 78, Battle Motors, LET 11, LET II Description: Refer to Item Group Specifications PDF document for FSA Base Specifications. Mo del Upgrade/Downgrade: Zone Western Northern Central Southern Rank Vendor Price Build File Optio ns File Primary Container Systems & Equipment Co., Inc. $435,000.00 Build Options Alternate All Roads Kenworth, LLC . $466,590 .00 Build Options Alternate TRUCKMAX, INC. $537,981 .00 Build Options Primary Container Systems & Equipment Co ., Inc . $435,000 .00 Build Options Alternate All Roads Kenworth, LLC. $463,590.00 Build Options Alternate TRUCKMAX, INC. $537,981 .00 Build Options Primary Container Systems & Equipment Co., Inc . $435,000 .00 Build Options Alternate TRUCKM AX, INC. $537,981 .00 Build Options Primary All Roads Kenworth, LLC. $460,590 .00 Build Options Alternate TRUCKMAX, INC. $537,981 .00 Build Options https://www.myve ndorlink. com/internal/staff/awardzone 71/83 10/4/23, 9:01 AM Bid Award Award Report 1 VendorLink Contract: FSA23-VEH21 .0, Hea vy Trucks and Buses Group: Refuse Truck Electric: 60,000 lbs . GVWR 4x6 (cab and chassis only) Item: 80, Mack, Mack LR Electric, Mack LR Electric Description: Refer to Item Group Specifications PDF document for FSA Base Specifications . Mo del Upgrade/Do wngrade: Zone Rank Vendor Price Build File Options File Western Primary Nextran Truck Centers $486,414.00 Build Options Northern Primary Nextran Truck Centers $486,414.00 Build Options Central Primary Nextran Truck Centers $486,414.00 Build Opti ons Southern Primary Nextran Truck Centers $486,414 .00 Build Options https://www. myvendorlink. com/internal/staff/awardzo ne 72/83 10/4/23, 9:01 AM Bid Award Award Report 1 V endorLink Contract: FSA23-VEH21.0, Hea vy Trucks and Buses Grou p: Refuse Truck Electric: 60,000 lbs . GVWR 4x6 (cab and chassis only) Item: 81, Peterbilt, 520EV, 520EV Descriptio n: Refer to Item Group Specifications PDF document for FSA Base Specifications. Model Upgrade/Downgrade: Zone Rank Vendor Pric e Build File Options File Western Primary Rush Truck Centers of Florida, Inc . $513,746 .00 Build Options Northern Primary Rush Truck Centers of Florida, Inc . $513,746 .00 Build Options Central Primary Rush Truck Centers of Florida, Inc . $513,746.00 Build Options Southern Primary The Peterbilt Store South Florida LLC $509,545.00 Build Options https://www.myvendorlink.com/interna l/staff/awardzone 73/83 10/4/23, 9:01 AM Bid Award Award Report! VendorLink Contract: FSA23-VEH21.0, Heavy Trucks and Buses Grou p: Refuse Truck: 60,000 lbs . GVWR 4x6 (cab and chassis only) Item: 82, Autocar, ACX64, ACX64 De scription : Refer to Item Group Specifications PDF document for FSA Base Specifications . Model Upgrade/Do wngrade: Zo ne Rank Vend or Price Build File Options File Western Primary Bachrodt FT, LLC dba Palmetto Ford of Miami $197,815 .00 Build Options Alternate Nacarato Trucks General Partnership $206,413 .00 Build Options Alternate Florida Kenworth, LLC $210,974.00 Build Options Northern Primary Bachrodt FT, LLC dba Palmetto Ford of Miami $196,415 .00 Build Options Alternate Nacarato Trucks General Partnership $206,413 .00 Build Options Alternate Florida Kenworth, LLC $210,974 .00 Build Options Central Primary Bachrodt FT, LLC dba Palmetto Ford of Miami $194,915 .00 Build Options Alternate Nacarato Trucks General Partnership $206,413 .00 Build Options Alternate Florida Kenworth, LLC $209,974 .00 Build Options Southern Primary Bachrodt FT, LLC dba Palmetto Ford of Miami $194,215.00 Build Options Alternate Nacarato Trucks General Partnership $206,413 .00 Build Options Alternate Florida Kenworth, LLC $209,974.00 Build Options https://www.myvendorlink.com/internal/staff/awardzone 74/83 10/4/23, 9:01 AM Bid Award Award Report 1 VendorLink Con tract: FSA23-VEH21 .0, Heavy Trucks and Buses Group: Refuse Truck: 60,000 lbs . GVWR 4x6 (cab and chassis only) Item: 83, Battle Motors, LET2, LET2-44 Descriptio n: Refer to Item Group Specifications PDF document for FSA Base Specifications . Model Upgrade/Downgrade: Zo ne Western Northern Central So uthern Rank Vendor Price Build File Options File Primary Container Systems & Equipment Co., Inc . $208,325.00 Build Options Alternate All Roads Kenworth, LLC . $209,939 .00 Build Options Alternate TRUCKMAX, INC. $293,575 .00 Build Options Primary Container Systems & Equipment Co ., Inc. $208,325.00 Build Options Alternate All Roads Kenworth, LLC. $209,939.00 Build Options Alternate TRUCKMAX, INC. $293,575 .00 Build Options Primary Container Systems & Equipment Co ., Inc . $208,325.00 Build Options Alternate TRUCKM AX, INC. $293,575.00 Build Options Primary All Ro ads Kenworth, LLC. $209,939 .00 Build Options Alternate TRUCKM AX, INC. $293,575.00 Build Options https://www.myvendorlink.com/internal/staff/awardzo ne 75/83 10/4/23, 9:01 AM Bid Award Award Report 1 VendorLink Contract: FSA23-VEH21 .0, Heavy Trucks and Buses Group: Refuse Truck: 60,000 lbs . GVWR 4x6 (cab and chassis only) Item: 85, Mack, TE Series, TE Series Descriptio n: Refer to Item Group Specifications PDF document for FSA Base Specifications. Mo de l Upgrade/Downgrade: Zo ne Ran k Vend or Price Build File Options File Western Primary Nextran Truck Centers $175,311 .00 Build Options Northern Primary Nextran Truck Centers $175,311 .00 Build Options Central Primary Nextran Truck Centers $175,311 .00 Build Options Southern Primary Nextran Truck Centers $175,311.00 Build Options https://www.myvendorlink.com/inte rnal/staff/awardzone 76/83 10/4/23, 9:01 AM Bid Award Award Report 1 VendorLink Contract: FSA23-VEH21 .0, Heavy Trucks and Buses Group: Refuse Truck: 60,000 lbs . GVWR 4x6 (cab and chassis only) Item: 86, Peterbilt, 520, 520 Description: Refer to Item Group Specifications PDF document for FSA Base Specifications. Mo del Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Rush Truck Centers of Florida, Inc . $206,815 .00 Build Options Northern Primary Rush Truck Centers of Florida, Inc. $206,815.00 Build Options Central Primary Rush Truck Centers of Florida, Inc . $206,815.00 Build Options Southern Primary The Peterbilt Store South Florida LLC $209,896 .00 Build Options https://www.myvendorlink. com/inte rnal/staff/awardzone 77/83 10/4/23, 9:01 AM Bid Award Award Report 1 VendorLink Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group: Refuse Truck: Compact 9.5 Cubic Yds . Self -Loading Refuse Truck Item: 87, Broyhill, TD3 .6, TD3 .6 Description: Refer to Item Group Specifications PDF document for FSA Base Specifications . Model Upgrade/Downgrade: Zone Rank Vendor Price Build File Options File Western Primary Broyhill Equipment LLC $244,183.00 Build Options Northern Primary Broyhill Equipment LLC $244,183 .00 Build Options Central Primary Broyhill Equipment LLC $244,183 .00 Build Options Southern Primary Bro yhill Equipment LLC $244,183.00 Build Options https://www. myvendorlink.com/internal/staff/awardzone 78/83 10/4/23, 9:01 AM Bid Award Award R eport 1 V endorLink Co ntract: FSA23-VEH21 .0, Heavy Trucks and Buses Gro up: Tactical Armored Vehicles Item: 88, Terradyne, Gurkha MPV, Gurkha MPV Description: Refer to Item Group Specifications PDF document for FSA Base Specifications . Model Upgrade/Do wngrade: Zo ne Rank Vendor Price Build File Options File Western Primary Terradyne Armored Vehicles Inc . $217,721 .00 Build Options Northern Primary Terradyne Armored Vehicles Inc . $217,721 .00 Build Options Central Primary Terradyne Armored Vehicles Inc . $218,221 .00 Build Options Southern Primary Terradyne Armored Vehicles Inc. $218,721.00 Build Options https://www.myvendorlink.com/inte rnal/staff/awardzone 79/83 10/4/23, 9:01 AM Bid Award Award Report 1 VendorLink Contract: FSA23-VEH21 .0, Heavy Trucks and Buses Group: Terminal Tractor Item: 89, Autocar, ACTT42, ACTT42 Description: Refer to Item Group Specifications PDF document for FSA Base Specifications . Mo del Upgrade/Downgrade: Zon e Rank Western Primary Alternate Northern Primary Alternate Central Primary Alternate Southern Primary Vendor Southern States ToyotaLift SBL Freightliner, LLC Southern States ToyotaLift SBL Freightliner, LLC So uthern States ToyotaLift SBL Freightliner, LLC SBL Freightliner, LLC Price Build File Opti ons File $142,995 .00 Build Options $151,389 .00 Build Options $142,995.00 Build Options $151,389.00 Build Options $142,995 .00 Build Options $149,389 .00 Build Options $147,389 .00 Build Options https://www. myvendorlink. com/internal/staff/a wardzo ne 80/83 10/4/23, 9:01 AM Bid Award Award Report 1 VendorLink Contract: FSA23-VEH21 .0, Heavy Trucks and Buses Group: Terminal Tractor Item: 90, Kalmar Ottawa, T2, 71056 Description: Refer to Item Group Specifications PDF document for FSA Base Specifications . Mo del Upgrade/Downgrade: Zone Rank Western Primary Alternate Northern Primary Alternate Central Primary Alternate Southern Primary Alternate Vendor Kenworth of Jacksonville Rechtien International Trucks Kenworth of Jacksonville Rechtien International Trucks Kenworth of Jacksonville Rechtien International Trucks Kenworth of Jacksonville Rechtien International Trucks Price Build File Options File $139,341.00 Build Options $146,959 .00 Build Options $139,240.00 Build Options $146,959.00 Build Options $139,442 .00 Build Options $146,959 .00 Build Options $139,643.00 Build Options $146,959 .00 Build Options https://www. myvendorlink. com/internal/staff/awardzone 81/83 10/4/23, 9:01 AM Bid Award Award Report 1 VendorLink Contract: FSA23-VEH21.0, Heavy Trucks and Buses Group: Terminal Tractor Item: 91, Kalmar Ottawa, T2 4x2 Offroad, 71055 Description: Refer to Item Group Specifications PDF document for FSA Base Specificati ons . Model Upgrade /Downgrade: Zone Rank Western Primary Alternate Northern Primary Alternate Central Primary Alternate Southern Primary Alternate Vendor Kenworth of Jacksonville Rechtien International Trucks Kenworth of Jacksonville Rechtien International Trucks Kenworth of Jacksonville Rechtien International Trucks Kenworth of Jacksonville Rechtien International Trucks Price Build File Optio ns Fil e $135,551 .00 Build Options $144,950.00 Build Options $135,450 .00 Build Options $144,950 .00 Build Options $135,652 .00 Build Options $144,950 .00 Build Options $135,853 .00 Build Options $144,950 .00 Build Opti ons https://www.myvendo rlink.com/inte rnal/staff/awardzone 82/83 10/4/23, 9:01 AM Award Report 1 Vend orLink Bid Award Contract: FSA23-VEH21 .0, Heavy Trucks and Buses Grou p: Terminal Tractor Item: 92, Tico, Pro -Spotter, Pro -Spotter Descriptio n: Refer to Item Group Specifications PDF document for FSA Base Specifications. Model Upgrade/Downgrade: Zone Rank Western Primary Alternate Northern Primary Alternate Central Primary Alternate Southern Primary Alternate Vendor Tampa Truck Center Nacarato Trucks General Partnership Tampa Truck Center Nacarato Trucks General Partnership Tampa Truck Center Nacarato Trucks General Partnership Tampa Truck Center Nacarato Trucks General Partnership Price Build File Options File $141,106.00 Build Options $149,167 .00 Build Options $141,106 .00 Build Options $149,167 .00 Build Options $141,106.00 Build Options $149,167 .00 Build Options $141,106 .00 Build Options $149,167.00 Build Options https://www.myvendorlink.com/internal/staff/awardzone 83/83 FSA Cooperative Purchasn FLORIDA SHERIFFS ASSOCIATION COOPERATIVE PURCHASINOPROGRAM FSA23-VEH21:0 HOW. -:„t0: Order How to Purch ase Identify ite m nee ded Are the re special things nee ded for the ite m (o ptions)? Find ite m on co ntra ct Contact aw arded vendors to req uest a qu ote P urchase issues p ur chase order to vendor Purchas er s elects which vendor they will ord er from. Ve ndor provides quo te to purc haser Item d elivered Vendor orders item Vendor will pr ovid e an estimat ed d eliv ery timefiram e FSA Cooperative Purchasing FLORIDA SHERIFFS ASSOCIATION COOPERATIVE PURCHASINGPROGRAM FSA23-VEH21.o: Heavy Trucks & Buse Awarded Vendor Contract Signature FLORIDA SHERIFFS ASSOCIATION �i COOPERATIVE PURCHASING PROGRAM Florida Sheriffs Association (FSA) has completed its 21st year of the cooperative purchasing heavy trucks contract. FSA is issuing the Notice of Final Award for contract FSA23-VEH21.0: Heavy Trucks & Buses that will be effective from October 1, 2023, through September 30, 2024. This year's bid included 80 items. The contract will offer class 3-5 cab & chassis trucks and buses. The following pages are the submitted contract signature pages from the awarded vendors. The contract signature page is submitted within the Bidder Qualification Packet for the bid. By submitting a response to this Invitation to Bid and signing this form, the bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article and is in all respects fair and without collusion or fraud. The bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The contract signature page may be handwritten or signed digitally. The forms that contained a digital signature have been noted as such. / FLORIDA `\ SHERIFFS ASSOCIATION \\\ COOPERATIVE PUHCHASIIIG PUGGHAM CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name All Roads Kenworth, LLC Business Address 2909 S Andrews Ave Name of Authorized Agent Michael Crawford Email address of authorized agent Signature Date 08/17/2023 FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name All Roads Kenworth, LLC 13 SXFL[AIf15 ORSSXtIAl104 RID� COOPERATIVE P U OCUASI UG PROGRAM * SY x a1 x\3 i; CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Bachrodt FT, LLC dba Palmetto Ford of Miami Business Address 7245 NW 36th Street, Miami, FL. 33166 Name of Authorized Agent Charlie Rodgers Email address of authorized agent crodgers@palmettofordtrucks.com Signature Date 08/23/2023 FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Bachrodt FT, LLC dba Palmetto Ford of Miami 13 FLORIDA MIFF: li:4culuD, COOPERATIVE PHRCHI suili P403RAM CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name BOZARD FORD CO. Business Address 540 OUTLET MALL BLVD ST. AUGUSTINE. FL 32084 Name of Authorized Agent JEFFREY EASON Email address of authorized agent j Sign Date 08/29/ E cl@BOZARD.COM FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name BOZARD FORD CO. El 13 FLORIDA $ Itiltt[liit[I111]i COOPERATIVE PURCHASING PROGRAM CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure < r omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Broyhill Equipment LLC Business Address One North Market Square PO Box 475 Dakota City NE 68731-0475 Name of Authorized Agent Tammy Steemken Email address of a Signature Date 08/21/202 horized agent tammy.steemken@broyhill.com FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Broyhill Equipment LLC 13 FLORIDA smvsssssesunu COOPERATIVE ralltBsi=n-: ;trs� au CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to.be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Container Systems & Equipment Co., Inc. Business Address 506 Bellevue Av., Daytona Beach, FL 32114 Name of Authorized Agent William Young Email address of authorized agent wguinnyoung@gmail.com Signature Date August 25, 2023 FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Container Systems & Equipment Co., Inc. 13 /7 FLORIDA s SNEAIFFSASSOCIATIOX COOPERATIVE PURCUASM PPOGAAM CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Model 1 Commercial Vehicles, Inc. Business Address 8600 Atlantic Boulevard Name of Authorized Agent Nick Corley Email address of authorized agent BidDepartment@Modell.com Signature Date 08/29/2023 FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Model 1 Commercial Vehicles, Inc. 13 CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Cumberland International Trucks of Florida, I.1C Business Address 2110 S. Division Ave Name of Authorized Agent Chuck Calhoun Email address of authorized agent ccalhoun@cltte.com Signature Date q 02 I — 03 FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Cumberland International Trucks of Florida, LLC El 13 7FLORID>A nuu �sa;umn COOPERATIVE POP.r,.IlA51t:0 Pd OORFM11 t J" CONTRACT SIGNATURE FORM By submitting a response', to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Deland Truck Center, inc. Business Address 1208 South Woodland Blvd. nPl and Finrirda 1777n Name of Authorized Agent Howard B. Williams Email address of authorized agent howard@delandtruckcenter.com Signature Date 8/18/2023 FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Deland Truck Center, inc. 13 7��FLORIDA .7 ; SXFAIFFS ASSOCIATION � .\ COOPERATIVE PURCHASING PROGRAM CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name DUVAL FORD LLC Business Address 1616 CASSAT AVE; JACKSONVILLE FL32210 Name of Authorized Agent RICHARD TACKETT Email address of authorized agent RICHARD.TACKETT@DUVALFORd.COM Signature GL) Date 8/20/23 FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name DUVAL FORD LLC 13 FLORIDA COOPERATIVE PURCRASIINO PROGRAM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses �! Bidder Company Name Florida Kenworth, LLC. Business Address 1800 North Orange Blossom Trail Orlando. FL 32804 Name of Authorized Agent Matthew Peterson Email address of authorized agent matt.peterson@csmtruck.com Signature ��-e. Date 08/1 /2023 FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Florida Kenworth, LLC. 13 FLORIDA i SXORIFFS ASSOCIATION --S COOPERATIVE PURCHASINGPROGRAM CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Florida Transportation Systems, Inc. Business Address 6041 Orient Road Tampa, FLorida 33610 Name of Authorized Agent Robert Frick Email address of authorized agent rfrick@fts4buses.com Signature Date 08/09/2023 FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Florida Transportation Systems, Inc. 13 FLORIDA SHERIFFS assocunan COOPERATIVE PIIACIIASIIIG PROGRAM t: ^/ CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name KENWORTH OF JACKSONVILLE Business Address 1121 SUEMAC ROAD JACKSONVILLE. FL 32254 Name of Authorized Agent ED COSTELLO Email address of authorized agent edcostello@kwjax.com Signature Date 08/28/2023 FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name KENWORTH OF JACKSONVILLE El 13 j FLORIDA COOPERATIVE ?PH�;:ailer'aet LYW CONTRACT SIGNATURE FORM By submitting .a response to this Invitation to Bid and signing this forth, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued, The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid_ The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is trade without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder Further declares that they have providers a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid, The Bidder further declares that the company will furnish the items awarded for the price bid. F5A Contract Number F5A23-VEH21,0- Heavy Trucks & Buses Bidder Company Name Ntatthetivs ©us Alliance Inc. Business Address 4802 West Colonial Dr, Orlando, Ft. 32808 Name of Authorized Agent Glenn 1 Matthews H Email address of authorized agent grnatthews@ratthewshusesflorldmcom —Date 8-24-2023 FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Matthews Bus Alliance Inc, 13 FLORIDA `, uvnf uunnm `. COOPERATIVE+: PUfjCNQ51110 AROQAhM::� CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued, The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required, The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Nacarato Truck Centers Business Address 360 S Military Trl Name of Authorized Agent (v 60,\j Coo Email address of authorized agent Signature l - 011 Date *743 . Aal y e ogcu.ret-+ . FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Nacarato Truck Centers CQw 13 /FLORIDA ,/ ; SOCAIFFSASSOCIATION COOPERATIVE P 00 C 000110 POOGHAM CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Nextran Truck Centers Business Address 1986 West Beaver Street. Jacksonville, FL 32209 Name of Authorized Agent Anthony Abatecola Email address of authorized agent Aabatecola@nextranusa.com Signature Date 08/22/2023 FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Nextran Truck Centers 13 FLORIDA\ SHERIFFS ASSOCIATION COOPERATIVE PGHCH ASIIIG MGR AEI CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Phoenix Motorcars Leasing LLC DBA Phoenix Electric Sales Business Address 1500 Lakeview Loop ^- N-:-- r^ -nn, Name of Authorized Agent Jose Paul Email address of authorized agent josep@phoenixmotorcars.com Signature Date Q8/30/2023 FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Phoenix Motorcars Leasing LLC DBA Phoenix Electric Sales 13 FLORID SPERMS ASSOCIl1IOH COOPERATIVE PURCRASllla PIMP AM CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Orlando Freightliner Business Address 2455 South Orange Blossom Trail Apopka FI. 32703 Name of Authorized Agent Bob Scharpnick Email address of authorized agent bscharpnick@orlandofreightliner.com Signature Date 08/07/2023 FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Orlando Freightliner 13 /FLORIDA\ . SHERIFFS ASSOCIATION COOPERATIVE PUIICHASIIIB PROCH AM CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name The Peterbilt Store South Florida Business Address 2441 S State Rd. 7 Ft. Lauderdale, FI. 33317 Name of Authorized Agent Andy Hallums Email address of authorized agent ahallums@thepetestore.com Signature Date 08/28/2023 FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name The Peterbilt Store South Florida 13 FLORIDA , SUuiff{ imci111M N COOPERATIVE PUOOIIASIHO PA Of AM CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name RECHTIEN INTERNATIONAL TRUCKS, INC Business Address 7227 NW 74th Avenue, Miami, FL 33166 Name of Authorized Agent Carlos Currlin Email address of authorized agent ccurrlin@rechtien.com Signature Date 07/31/2023 FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name RECHTIEN INTERNATIONAL TRUCKS, INC 13 //FLORIDA' , . SNEA mAssOC1um COOPERATIVE PURCHASIUG PI OGRAM CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Rush Truck Centers of Florida, Inc. Business Address 8111 East Adamo Dr., Tampa, FL 33619 Name of Authorized Agent Wade Bosarge Email address of authorized agent canadinep@rushenterprises.com Signature Date 09/06/2023 FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Rush Truck Centers of Florida, Inc. 13 FLORIDA SHEAIf{S ASSOCIAIIOX COOPERATIVE PURCHASING PROGRAM CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name SBL FREIGHTLINER, LLC Business Address 2840 CENTER PORT CIRCLE POMPNAO BEACH FL 33064 Name of Authorized Agent DONALD MAHER Email address of authorized agent DMAHER@FREIGHTLINERFL.COM Signature Date 08/07/2023 FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name SBL FREIGHTLINER, LLC 13 FLORIDA SN5i1115 {CSOC115I4N ,.COOPERATIVE:; CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Southern StatesToyotaLift Business Address 115 South 78th Street Tampa FL 33619 Name of Authorized Agent Shane Poison Email address of authorized agent spolson@sstlift.com Signature Date 08/23/2023 FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Southern States Toyota Lift El 13 7. FLORIDAAMMUTUMM COOPERATIVE PURCBASI00 PA00RAM CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number FSA23-VEH21,0: Heavy Trucks & Buses Bidder Company Name Sun State International Tucks, LLC Business Address 6020 Adamo Drive Name of Authorized Agent David Metcalf Email address of authorized agent dave,metcalf@sunstateintl.com Signature /Avid (P2,6 Lai-Ifi Date 08/14/2023 FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Sun State International Tucks, LLC H El 13 FLORIDA :IflIFr! IS60CIAIl;H COOPERATIVE PUUCf1A5 INQ PROGRAM CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number F5A23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Tampa Truck Center LLC Business Address 7528 US HWY 301 N Tampa. FL 33637 Name of Authorized Agent Scott Endris Email address of authorized agent sendris@southporttruck.com Signature Date 08/07/2023 FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Tampa Truck Center LLC 13 FLORIDA . SNFRIFFSASSOCIATION COOPERATIVE PURCHASING PPOGPAAI CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Ten -8 Fire & Safety, LLC Business Address 2950 59th Ave. Dr. E. Bradenton, FL 34203 Name of Authorized Agent Blake Ebben Email address of authorized agent bebben@ten8fire.com Signature Date 08/07/2023 FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Ten -8 Fire & Safety, LLC 13 FLORIDA \ S IERIFIS ASSOCIATION COOPERATIVE P G R C R A SIIIG PROGRAM CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Terradyne Armored Vehicles Inc. Business Address 1-402 Mulock Drive, Newmarket, Ontario L3Y 9B8 Name of Authorized Agent Lucus Witzke Email address of authorized agent Iucus.witzke@terradyneinc.com Signature Date 08/30/2023 FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Terradyne Armored Vehicles Inc. 13 FLORIDA \ , SHERIFFS ASSOCIALIDM COOPERATIVE PURCHASING PROGRAM A: / CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number FSA22-VEL30.0 Bidder Company Name TRUCKMAX ISUZU Business Address 29020 South Dixie Hwy, Homestead, FL, 33033 Name of Authorized Agent GUILLERMO CHEZ Email address of authorized agent MYTRUCKS101@GMAIL.COM Signature Date 08/04/2023 141 Page FSA Contract Number FSA22-VEL30.0 Bidder Company Name TRUCKMAX ISUZU FLORIDA . SN[AIFFS ASSNCIAf10N � �� COOPERATIVE PHRCHASIIIG PRGGR AM \\ Y J- 41/ pin:t+^E. CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number FSA22-VEL30.0 Bidder Company Name TRUCKMAX, INC Business Address 6000 NW 77TH COURT, MIAMI, FLORIDA, 33166 Name of Authorized Agent GUILLERMO CHEZ Email address of authorized agent MYTRUCKS101@GMAIL.COM Signature Date 08/04/2023 141 Page FSA Contract Number FSA22-VEL30.0 Bidder Company Name TRUCKMAX, INC /FLORIDA\ SRSRIFFSASSOCIATIOM , COOPERATIVE P00CHA01110 PROGRAM CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name Truckworx Business Address 461 Sand Mine Rd DeFuniak Springs, FL 32435 Name of Authorized Agent Rebecca Herrington Email address of authorized agent rebeccac@truckworx.com Signature Date 08/08/2023 FSA Contract Number FSA23-VEH21.0: Heavy Trucks & Buses Bidder Company Name 13 Truckworx FSA Cooperative Purchasing FLORIDA SHERIFFS ASSOCIATION COOPERATIVE PURCHASINGPROGRAM e..;n t-� FSA23-VEH21.O: Heavy Trucks & Buses I' Terms & Conditions FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Table of Contents 1.0 GENERAL CONDITIONS 5 1.01 BID CORRESPONDENCE 5 1.02 PURPOSE 5 1.03 TERM OF CONTRACT 5 1.04 JURISDICTION 5 1.05 SHERIFF AS COUNTY CONSTITUTIONAL OFFICER 5 1.06 FUNDING 6 1.07 CURRENCY 6 1.08 GENERAL DEFINITIONS 6 1.09 ELIGIBLE PURCHASERS OF CONTRACT 8 1.10 LEGAL REQUIREMENTS 8 1.11 PATENTS & ROYALTIES 9 1.12 FEDERAL AND STATE STANDARDS 9 1.13 UNDERWRITERS' LABORATORIES 9 1.14 AMERICANS WITH DISABILITIES ACT 9 1.15 REASONABLE ACCOMMODATION 9 1.16 DISADVANTAGED BUSINESSES 9 1.17 ANTI -DISCRIMINATION 10 1.18 BEST COMMERCIAL PRACTICES 10 1.19 PUBLIC ENTITY CRIMES (PEC) 10 1.20 TAX EXEMPTION 10 1.21 ORDER OF PRECEDENCE IN THE EVENT OF CONFLICT 11 1.22 COMMUNICATIONS 11 1.23 CLARIFICATION AND ADDENDA 11 1.24 SIGNED BID CONSIDERED AN OFFER 12 1.25 ASSIGNMENT OF CONTRACT 12 1.26 TERMINATION OF PRODUCT LINE 12 1.27 DEMONSTRATION OF COMPETENCY 12 1.28 VENDOR ABILITY TO PERFORM 13 Page 1 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.29 FINANCIAL RESPONSIBILITY 13 1.30 QUALITY AND SAFETY 13 1.31 NONCONFORMANCE 14 1.32 GRATUITIES 14 1.33 TIE BIDS 14 1.34 RIGHT TO AUDIT 14 1.35 LICENSES AND PERMITS 15 1.36 PERFORMANCE BONDS 15 1.37 ELIMINATION FROM CONSIDERATION 15 1.38 INDEPENDENT PREPARATION 15 1.39 DEFAULT 16 1.40 PROTESTS AND ARBITRATION 16 1.41 NONPERFORMANCE 17 1.42 SEVERABILITY 18 1.43 TERMINATION FOR CAUSE 18 1.44 TERMINATION WITHOUT CAUSE 18 1.45 CONTRACT ADVERTISEMENT AND USE OF FSA LOGO 19 2.0 BIDDER INSTRUCTIONS 20 2.01 QUALIFICATION 20 2.02 LICENSING AND FACILITIES 20 2.03 INSURANCE AND INDEMNIFICATION 21 2.04 SPECIFICATIONS 23 2.05 SEALED BIDS 23 2.06 MISTAKES 23 2.07 EXCEPTIONS 23 2.08 EQUIVALENTS 23 2.09 MANDATORY PRE -BID MEETING 24 2.10 PRICES QUOTED - HEAVY TRUCKS AND BUSES AND EQUIPMENT INVITATIONS TO BID 24 2.11 PRICES QUOTED - PURSUIT, ADMINISTRATIVE AND OTHER VEHICLES INVITATION TO BID 24 Page 2 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 2.12 PURSUIT, ADMINISTRATIVE, AND OTHER VEHICLES CONTRACT COST -PLUS -PERCENT PRICING 25 2.13 OPTION PRICING - EQUIPMENT INVITATION TO BID 26 2.14 OPTION PRICING - HEAVY TRUCKS AND BUSES AND PURSUIT, ADMINISTRATIVE AND OTHER VEHICLES INVITATIONS TO BID 27 2.15 EMERGENCY LIGHTS AND SIRENS 28 2.16 BID SUBMISSION 29 2.17 ZONE BIDDING 30 2.18 EXECUTION OF BID 30 2.19 MODIFICATION OR WITHDRAWALS OF BIDS 30 2.20 LATE BIDS 30 2.21 BID OPENING 30 2.22 DETERMINATION OF RESPONSIVENESS 31 2.23 RESPONSIBLE BIDDER CRITERIA 31 2.24 BASIS FOR AWARD 31 2.25 BID TABULATIONS 32 2.26 MINOR IRREGULARITIES/RIGHT TO REJECT 32 2.27 CONE OF SILENCE 32 3.0 CONTRACT CONDITIONS 33 3.01 GENERAL REQUIREMENTS 33 3.02 STATEMENT OF AUTHORITY 33 3.03 VENDOR CONTACT INFORMATION 33 3.04 ADDITIONS OR DELETIONS 33 3.05 CONTRACT EXTENSION 33 3.06 PRICE ADJUSTMENT 34 3.07 CONDITIONS 34 3.08 PRODUCTION CUTOFF 35 3.09 FACILITIES 35 3.10 PURSUIT RATED VEHICLES & MOTORCYCLES 35 3.11 SPECIAL SERVICE VEHICLES 35 3.12 CAB AND CHASSIS PURCHASES 35 Page 3 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 3.13 FACTORY -INSTALLED OPTIONS 35 3.14 VENDOR -INSTALLED OPTIONS 36 3.15 NON-SCHEDULED OPTIONS 36 3.16 FORCE MAJEURE 36 3.17 PURCHASE ORDERS 36 3.18 REGISTRATION, TAG, AND TITLE 37 3.19 DELIVERY 37 3.20 INSPECTION AND ACCEPTANCE 38 3.21 INVOICING AND PAYMENTS 38 3.22 WARRANTY 39 3.23 QUARTERLY REPORTS 39 3.24 ADMINISTRATIVE FEE 39 3.25 LIQUIDATED DAMAGES 40 Appendix A: Zone Map 42 Appendix B. Bid Calendar 43 Appendix C: ACH Payments 45 Appendix D: Federal Clauses 46 Page 4 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.0 GENERAL CONDITIONS 1.01 BID CORRESPONDENCE All correspondence regarding this bid should be directed to the Florida Sheriffs Association, "FSA". Please be sure to reference the bid number and title and provide your contact information. Communication for this Invitation to Bid should be identified by contract number and title and directed to: Florida Sheriffs Association Attn: Cooperative Purchasing Program Coordinator 2617 Mahan Drive Tallahassee, FL 32308 E-mail: CPP@flsheriffs.org 1.02 PURPOSE The Florida Sheriffs Association invites interested Bidders, including manufacturers and dealers or authorized representatives to submit responses in accordance with these solicitation documents. The FSA Cooperative Purchasing Program will conduct the solicitation process and administer the resulting contract. The purpose of this bid is to establish contracts with manufacturers and manufacturer's authorized dealers for contract terms specified under Section 1.03 for the purchase of items on a "no trade-in basis." 1.03 TERM OF CONTRACT The term for Contracts FSA23-VEL31.0 Pursuit, Administrative and Other Vehicles and FSA23-VEH21.0 Heavy Trucks and Buses shall remain in effect for one year from date of contract execution by the FSA, and may be extended by mutual agreement, at the sole option and discretion of the FSA. The initial term of these contracts begins October 1, 2023, and ends September 30, 2024. The term for Contract FSA23-EQU21.0 Equipment shall remain in effect for two years from date of contract execution by the FSA, and may be extended by mutual agreement, at the sole option and discretion of the FSA. The initial term of this contract begins October 1, 2023, and ends September 30, 2025. Contract extensions will only be executed when the FSA determines, based on then -existing conditions, that it is in the best interest of the FSA and the purchasers to do so. 1.04 JURISDICTION This Agreement shall be governed by and construed in accordance with the laws of the State of Florida. Venue shall lie in the appropriate court in and for Leon County, Florida. 1.05 SHERIFF AS COUNTY CONSTITUTIONAL OFFICER The Offices of the Sheriff in the State of Florida are constitutional offices of the State of Florida. Each has the authority either individually or collectively to execute contracts for all goods and services for the proper conduct of that office. Section 30.53, Florida Statutes, exempts the sheriffs' offices from the provisions of the Florida Statute that would otherwise require sealed and competitive bidding procedures. Page 5 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions The Office of the Sheriff is not required by law to accept the lowest priced proposal and may reject any or all of the proposals without recourse. Bidders are solely responsible for their own bid preparation costs and nothing in this solicitation in any way obligates the participating sheriffs' offices for any payment for any activity or costs incurred by any Bidder in responding to this solicitation. 1.06 FUNDING In the case of certain purchasers, including state agencies, funds expended for the purposes of the contract must be appropriated by the Florida Legislature, the individual participating agency or the agency's appropriating authority for each fiscal year included within the contract period. For such agencies, their performances and obligations to pay for products or services under any resulting contract, or purchase order, are contingent upon such an annual appropriation by the Legislature, individual agency or by the appropriating authority. Therefore, any contract or purchase order with such an agency shall automatically terminate without penalty or termination costs in the event of non -appropriation. 1.07 CURRENCY All transaction amounts, bids, quotes, provisions, payments or any part of this contract relating to currency are to be made in United States Dollars. 1.08 GENERAL DEFINITIONS The terms used in this contract are defined as the following: A. Base Specification: Written descriptions of the minimum requirements for each item or item group developed by the FSA CPP for Bidders to bid on. These item requirements may be unique to FSA CPP and require additional components to the manufacturer's standard item. B. Bid System: The online forum used for the submission of bids and review of bid results for the specifications connected to this Invitation to Bid. VendorLink is the software used for this bid. C. Bidder: A bidder or enterprise that submits a formal bid to the Florida Sheriffs Association Cooperative Purchasing Program in accordance with the Florida Sheriffs Association Cooperative Purchasing Program Terms and Conditions. A bidder, that is not the manufacturer, must be authorized by the manufacturer to market and sell an item for which they are bidding. D. Build sheet: A document from the Bidder that confirms that the item submitted by Bidders meets or exceeds the FSA CPP Base Specification. Build sheets include, but are not limited to, the factory options list and door data plate information for vehicles that include details such as engine size and transmission, paint codes, production date, axle code, etc. E. Dealer: An enterprise authorized by the manufacturer to market, sell, provide, and service the items for the Florida Sheriffs Association Cooperative Purchasing Program. Dealers may be Vendor -owned and controlled, in whole or in part, or independently owned and controlled. F. End User: A term used to distinguish the person who ultimately uses or is intended to use a product or for whom a product is designed for use. Page 6 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions G. Factory: Refers to the manufacturer produced products. H. Fleet Advisory Committee (committee): An employee of a sheriff's office or other local governmental agency, or person who FSA CPP identifies as a subject matter expert who assists with the development of bid specifications and evaluation of bid responses. The committee makes recommendations to the FSA CPP and is not responsible for final awards. I. Florida Sheriffs Association Cooperative Purchasing Program (FSA CPP): The entity that administers the Invitation to Bid and contract administration functions for the resulting contract(s). J. Invitation to Bid: A competitive solicitation and award process established through the issuance of an invitation to Bidders, vendors, dealers and manufacturers to submit a price offer on a specific product to be provided. This term shall include the Bid Specifications available to Bidders on the Bid System and references to solicitation documents. The term shall not include requests for proposals, requests for quotes, requests for letters of interest, or the solicitation of purchase orders based on oral or written quotations. K. Manufacturer: The original producer or provider of items offered on this contract. L. Manufacturer's Suggested Retail Price (MSRP): Manufacturer's Suggested Retail Price (MSRP) represents the Manufacturer's recommended retail selling price, list price, published list price, or other usual and customary price that would be paid by the purchaser. The following are acceptable sources of current MSRPs and MSRP Lists for use in submission of the bid solicitation and the resulting contract: a. Manufacturer's Computer Printouts b. Chrome Systems, Inc.'s PC Carbook Plus and PC Carbook Fleet Edition c. Manufacturer's Annual U.S. Price Book d. Manufacturer's official website M. Non -Scheduled Option: Any optional new or unused component, feature or configuration that is not included or listed in the Base Specifications or options provided by the Vendor. N. Production Cutoff: A date used by manufacturers to notify vendors and dealers that the manufacturer has reached maximum capacity for orders or are discontinuing the production of an item. Vehicle manufacturers use this term when referring to any given model year for production. 0. Published List Price: A standard "quantity of one" price currently available to government and educational purchasers, excluding cooperative or volume discounts. P. Purchase Order: A request for order from a purchaser to an awarded Vendor for an item that has been awarded on this contract. Purchase Orders placed using this contract formalize the terms and conditions of this contract under which a Vendor furnishes items to a purchaser. Q. Purchaser: A purchaser is an entity that seeks to obtain items awarded on this contract by meeting the eligible user criteria. R. Qualification Packet: This document contains the required forms, attestations, authorizations, and organizational information needed by Bidders to submit a successful and complete bid. Page 7 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions S. Terms & Conditions: This document, which serves as the governing Invitation to Bid and contract for the identified FSA CPP Invitation to Bid and resulting contract(s). Standard regulations, processes, procedures, and compliance requirements are identified herein. Bidders complete a qualification packet during the bid process indicating they agree to comply with the Terms & Conditions, and that this will serve as a contract for both parties, should the Bidder(s) receive award. T. Third Party Supplier: Businesses external to a Bidder or Vendor that provide products and services which contribute to the overall finished item in this contract. Third Party Suppliers are contractors under the direction and responsibility of the Bidder or Vendor. U. Vendor: The Bidder(s) that receive award, who agree to provide the contract items that meet the requirements and Base Specifications of the contract. The Vendor must agree to the Terms & Conditions, which will serve as the governing contract. If the Vendor is not the manufacturer, the Vendor must be authorized by the manufacturer to market, sell, provide, and service all awarded items. V. Vendor Installed: A product or service provided by the Vendor or other third party; not the factory. 1.09 ELIGIBLE PURCHASERS OF CONTRACT Awarded bid contract prices, will be extended and guaranteed to the Florida Sheriffs Association, any unit of local government, political subdivision or agency of the State of Florida. This includes, but is not limited to counties, municipalities, sheriffs' offices, clerks, property appraisers, tax collectors, supervisors of elections, school boards or districts, water management districts, other special districts, police and fire departments, emergency response units, state universities and colleges, or other state, local or regional government entities within the State of Florida. Eligible purchaser also includes all Eligible Users as defined in F.A.C. 60A-1.001(2). All purchasers are bound by applicable Federal and State law, local ordinances, rules and regulations for purchases made under this contract. Participating agencies cannot guarantee any order other than those ordered by the individual agency. In addition, awarded bids can be extended and guaranteed to other entities, which can include out-of-state sales, in accordance with Vendors' individual manufacturers' agreements. Vendors that wish to extend contract pricing to entities other than those defined here are governed by their manufacturers' agreements and must agree to the Terms & Conditions. 1.10 LEGAL REQUIREMENTS Federal, State, and local laws, ordinances, rules and regulations, including any applicable motor vehicle dealer laws, that in any manner affect the items covered herein apply. Lack of knowledge by the Bidder of applicable legal requirements will in no way be a cause for relief from responsibility. Bidders have the option to certify that they are willing to accept purchase orders funded in whole or in part with federal funds. By opting in, Bidders certify that they are willing to comply with the requirements outlined in Appendix D upon receipt of a federally funded purchase order. This is not a requirement of the Invitation to Bid or contract. Bidders are not required to opt -in; however, they are required to indicate whether they will opt -in or opt - out of receiving federally funded purchase orders. FSA CPP has taken actions to provide and develop information, materials, and resources for Bidders, Vendors and purchasers that will assist in the use of federal funding with this Page 8 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions contract. It is the responsibility of the purchaser to determine compliance for each Vendor, if they wish to use federal funds for purchase or intend to request reimbursements using federal funds. 1.11 PATENTS & ROYALTIES The Bidder/Vendor, without exception, shall indemnify and hold harmless the Florida Sheriffs Association (FSA) and its employees from liability of any nature or kind, including costs and expenses for, or on account of, any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by the FSA or a purchaser. If the Bidder/Vendor uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception, that the bid prices shall include all royalties or costs in any way arising, directly or indirectly, from the use of such design, device, or materials in any way involved in the work. 1.12 FEDERAL AND STATE STANDARDS It is the intent of FSA CPP that all specifications herein are in full and complete compliance with all Federal and State of Florida laws, requirements, and regulations applicable to the type and class of commodities and contractual services being provided. In addition, any applicable Federal or State legal or regulatory requirements that become effective during the term of the Terms & Conditions, regarding the items and services specifications, safety, and environmental requirements shall immediately become a part of the Terms & Conditions. The Vendor shall meet or exceed any such requirements of the laws and regulations. If an apparent conflict exists, the Vendor shall contact the FSA CPP immediately. 1.13 UNDERWRITERS' LABORATORIES Unless otherwise stipulated in the bid, all manufactured items and fabricated assemblies shall be Underwriters' Laboratories, or U.L., listed or re-examination listing where such has been established by U.L. for the item(s) offered and furnished. 1.14 AMERICANS WITH DISABILITIES ACT To request this material in accessible format, sign language interpreters, information on access for persons with disabilities, or any accommodation to review any document or participate in any FSA sponsored proceeding, please contact FSA Human Resources at (850) 877-2165 five business days in advance to initiate your request. TTY users may also call the Florida Relay Service at 711. 1.15 REASONABLE ACCOMMODATION In accordance with the Title 11 of the Americans with Disabilities Act, any person requiring an accommodation because of a disability at the bid opening must contact the FSA Human Resources at (850) 877-2165. 1.16 DISADVANTAGED BUSINESSES As part of the solicitation process FSA CPP makes information publicly available to potentially qualified entities, and conducts additional outreach to qualified: Page 9 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions • Small businesses, • Minority -owned small businesses, • Women -owned small business enterprises, and • Disadvantaged business enterprises. FSA CPP takes necessary affirmative steps to ensure that minority businesses, women's business enterprises, and labor surplus area firms are used, when possible, as recommended by 2 C.F.R. § 200.321. FSA CPP will: • Evaluate whether small, minority, and women's businesses are potential sources, • Place those qualified small and minority businesses and women's business enterprises on solicitation lists, and • Search the Small Business Administration, Minority Business Development Agency, and Labor Surplus Area reports for additional potential sources. Bidders self -certify in the qualification packet whether they meet the state and federal definitions of a small business, minority -owned small business, women -owned small business enterprise, and disadvantaged business. 1.17 ANTI -DISCRIMINATION The Bidder certifies that they are in compliance as applicable by federal or state law with the non-discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race, color, religion, sex or national origin. 1.18 BEST COMMERCIAL PRACTICES The apparent silence or omission of any description from the specifications shall be regarded as meaning that only the best commercial practices, size, and design are to be used. All workmanship is to be first quality. All interpretations of this specification shall be upon the basis of this statement. 1.19 PUBLIC ENTITY CRIMES (PEC) In accordance with the Public Entity Crimes Act, Section 287.133, Florida Statutes, a person or affiliate who has been placed on the convicted vendor list maintained by the State of Florida Department of Management Services following a conviction for public entity crimes may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a vendor, supplier, sub -vendor, or consultant under a contract with a public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 1.20 TAX EXEMPTION Purchasers making a purchase pursuant to the awarded bid are generally exempt from Federal Excise and State Sales Tax. It is the responsibility of the Vendor to verify that the purchaser is exempt by obtaining the purchaser's Federal Excise and State Taxes and Use Certificate Number. The Florida Sheriffs Association is a 501(c)3 organization and is exempt from all Federal Excise and State Taxes. The FSA State Sales Tax and Use Certificate Number is 85-8012646919C-3. Page 10 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.21 ORDER OF PRECEDENCE IN THE EVENT OF CONFLICT In the event of conflict, the conflict may be resolved in the following order of priority (highest to lowest): • Addenda to Contract Terms & Conditions, if issued • Contract Conditions • General Conditions • Addenda to Bid Specifications, if issued • Bid Specifications • Bidder Instructions 1.22 COMMUNICATIONS Communications between a Bidder, lobbyist or consultant and FSA are limited to matters of process or procedure and shall be made in writing to the FSA CPP Staff. Bidders should not rely on representations, statements, or explanations other than those made in this Invitation to Bid or in any written addendum to this Invitation to Bid, and no oral representations, statements, or explanations shall be deemed to bind the FSA or eligible users. 1.23 CLARIFICATION AND ADDENDA Any questions or clarifications concerning the Invitation to Bid shall be submitted to FSA CPP by e-mail to CPP@fIsheriffs.org with the bid title and number referenced on all correspondence. Final questions must be received by the date for Request for Clarification stated on the Bid Calendar. Questions and answers will be posted to the FSA CPP website on the date indicated on the Bid Calendar. Questions received during the cone of silence date listed on the bid calendar will not be addressed, except as provided herein. Interpretation of the specifications or any solicitation documents will not be made to the Bidder verbally, and if any verbal clarifications are provided, they are without legal effect. FSA CPP will make every attempt to e-mail updates to registered Bidders. However, posting to the FSA CPP website or the Bid System constitutes proper notice of addenda. The FSA CPP shall issue a Formal Addendum if substantial changes that impact the submission of bids are required. Any such addenda shall be binding on the Bidder and shall become a part of the solicitation document. In the event of conflict with the original specifications, addenda shall govern to the extent specified. Subsequent Formal Addenda shall govern over prior Formal Addenda only to the extent specified. The FSA will not be responsible for any explanation or interpretation made verbally or in writing except those made through the posting of a Formal Addendum. The bid submission constitutes acknowledgment of addenda to the Bid Specifications. Bids that fail to account for the specification addenda shall be determined to be nonresponsive; however, the FSA CPP may waive this requirement when in its best interest. After the start of the contract term, FSA CPP will notify all Vendors of any addenda and will require acknowledgement of the new terms and conditions. If the Vendor does not agree to the new terms and conditions, the Vendor's award can be removed or replaced by another Vendor or qualified responsive bidder. Page 11 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.24 SIGNED BID CONSIDERED AN OFFER The signed bid shall be considered an offer on the part of the Bidder, which offer shall be deemed accepted upon approval by the FSA CPP. The bid submission must be signed by an authorized representative. Submission of a bid in the FSA CPP Bid System constitutes a signed bid for purposes of bid evaluation. An electronic signature may be used and shall have the same force and effect as a written signature. 1.25 ASSIGNMENT OF CONTRACT No right or interest in this contract may be assigned, transferred, conveyed, sublet or otherwise disposed of, without prior written consent of the FSA CPP. If the original Vendor sells or transfers all assets or the entire portion of the assets used to perform this contract, a successor -in -interest must perform all obligations under this contract. FSA CPP reserves the right to reject the acquiring entity as Vendor. A change of name agreement will not change the contractual obligations of the Vendor. In the event a manufacturer reassigns the product line to an alternate company, the Vendor is required to notify the FSA CPP in writing of the change within 10 business days of the reassignment. If the Vendor is not already an approved FSA CPP Vendor, the alternate company is required to submit a Qualifications Packet to the FSA CPP to become an approved Vendor prior to conducting any qualified sales. FSA CPP may approve such assignments of existing or new vendors at its discretion. The Vendor is required to honor the contract pricing and all of the applicable Terms & Conditions throughout the remaining term of the contract. 1.26 TERMINATION OF PRODUCT LINE If a Vendor terminates a product line (manufacturer or brand), the Vendor is required to notify the FSA CPP within 10 business days of the decision not to retain the product line. FSA CPP may remove the terminated products from the contract. 1.27 DEMONSTRATION OF COMPETENCY Bidders must be able to demonstrate a good record of performance for a reasonable period of time, and have sufficient financial support, equipment and organization to ensure they can satisfactorily execute the services if awarded a contract under the terms and conditions herein stated. The terms "equipment" and "organization" as used herein shall be construed to mean a fully equipped and well - established company in line with the best business practices in the industry and as determined by the FSA CPP. The FSA CPP may consider any evidence available and may require submission of supporting documentation regarding the financial, technical and other qualifications and abilities of a Bidder, including past performance with the FSA CPP in making the award. FSA CPP may inspect the Bidder's facility prior to the award of contract. Bids will only be considered from firms which are regularly engaged in the business of providing the goods or services described in this Invitation to Bid. Information submitted in the bid may not be plagiarized and, except in the case of materials quoted from this solicitation or developed by the manufacturer, must be the original work of the individual or company that submits the bid for evaluation. Page 12 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.28 VENDOR ABILITY TO PERFORM The FSA CPP may require Bidders to show proof that they have been designated as authorized representatives of a manufacturer or supplier, which is the actual source of supply. In these instances, the FSA CPP may also require information from the source of supply regarding the quality, packaging and characteristics of the products. Any conflicts between this material information provided by the source of supply and the information contained in the bid submission may render the bid nonresponsive. During the contract period, FSA CPP may review the Vendor's record of performance and may require submission of supporting documentation to ensure that the Vendor is providing sufficient financial support, equipment and organization. If the FSA CPP determines that the Vendor no longer possesses the financial support, equipment and organization in order to comply with this section, FSA has the authority to immediately terminate the contract. By responding to this Invitation to Bid, the Vendor warrants that, to the best of his or her knowledge, there is no pending or threatened action, proceeding, or investigation, or any other legal or financial condition, that would in any way prohibit, restrain, or diminish the Vendor's ability to satisfy the obligations of a resulting contract. The Vendor warrants that neither it nor any affiliate is currently on the convicted vendor list maintained pursuant to section 287.133 of the Florida Statues, or on any similar list maintained by any other state or the federal government. The Vendor shall immediately notify the FSA CPP and purchaser in writing if its ability to perform is compromised in any manner during the term of the contract. 1.29 FINANCIAL RESPONSIBILITY Bidder affirms by the submission of the bid and by signature on the contract signature form that the Bidder: • Has fully read and understands the scope, nature, and quality of work to be performed or the services to be rendered under this bid and has adequate facilities and personnel to fulfill such requirements. • Accepts the financial responsibility associated with this bid and declares that they have the access to capital (in the form of liquidity or credit lines) in order to meet the financial demands of such award. • Has assessed the financial responsibility required to serve the contract as bid, including such details as the obligations to perform all items bid, zones bid, and quantities that could be ordered, as well as timing of payment from purchasers, which can be 45 calendar days from receipt of invoice. 1.30 QUALITY AND SAFETY All materials used for the manufacture or construction of any supplies, materials or equipment covered by this bid shall be new. The items bid must be new, the latest model, of the best quality, and highest -grade workmanship that meet or exceed federal safety standards. Items requiring certification should require certification of options in cases where non -certified options could result in the decertification of the original product or warranty. In all cases where options are not certified, the Vendor must disclose to the end user that the non -certified options are not required to be certified. All options must meet or exceed federal safety standards. Page 13 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 1.31 NONCONFORMANCE Items may be tested for conformance with specifications. Items delivered that do not conform to specifications may be rejected and returned at the Vendor's expense. Any violation of these stipulations may also result in: • Vendor's name being removed from the awarded vendor list. • FSA and purchasers being advised not to do business with Vendor. 1.32 GRATUITIES Bidders shall not offer any gratuities, favors, or anything of monetary value to any official, employee, or agent of the FSA, for the purpose of influencing consideration of this bid. Bidders shall disclose in writing any conflicts of interest to FSA prior to any award, or as soon as practicable after learning of any such conflict, including any contractual or employment relationships with FSA or potential purchasers of Bidders' products or services. 1.33 TIE BIDS FSA CPP has the right to award multiple Bidders the primary or alternate award in the event of a tie. In the event the FSA CPP desires to break tie bids, and businesses have qualifying drug -free work programs, the award will be made using the following criteria: • Bidder within the State of Florida • Vendors' performance record with purchasers • Coin Toss 1.34 RIGHT TO AUDIT Vendor shall establish and maintain a reasonable accounting system that enables FSA CPP to readily identify Vendor's sales. FSA CPP and its authorized representatives shall have the right to audit and to make copies of all related records pertaining to this contract, including all government sales and eligible user information, whether kept by or under the control of the Vendor, including, but not limited to those kept by its employees, agents, assigns, successors, sub -vendors, or third -party suppliers in whatever form they may be kept — written or electronic. Such records shall include, but not be limited to: • Accounting records, including but not limited to purchase orders, confirmation of orders or invoices, paid vouchers, cancelled checks, deposit slips, ledgers, and bank statements; • Written policies and procedures; • Subcontract files (including proposals of successful and unsuccessful Bidders, bid recaps, etc.); • Original estimates, quotes, or work sheets; • Contract amendments and change order files; • Insurance documents; or • Memoranda or correspondence. Vendor shall maintain such records during the term of this contract and for a period of three (3) years after the completion of this contract. At the Vendor's expense and upon written notice from FSA CPP, the Vendor shall provide such records for inspection and audit by FSA CPP or its authorized representatives. Such records shall be made available to FSA CPP during normal business hours within three business days of receipt of the written notice. FSA CPP may select the Vendor's place of business or offsite location for the audit. The FSA CPP may also request the Vendor provide requested records via e-mail. Page 14 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Vendor shall ensure FSA has these rights with Vendor's employees, agents, assigns, successors, and third -party suppliers, and the obligations of these rights shall be explicitly included in any subcontracts or agreements formed between the Vendor and any sub -vendors to the extent that those subcontracts or agreements relate to fulfillment of the Vendor's obligations to FSA. Professional fees, personnel costs and travel costs incurred by FSA under its authority to audit and not addressed elsewhere will be the responsibility of the FSA. However, if the audit identifies underreporting, overpricing or overcharges (of any nature) by the Vendor to FSA or a purchaser in excess of three percent (3%) of the total contract billings, the Vendor shall reimburse FSA for the total costs of the audit not to exceed $5,000. If the audit discovers substantive findings related to fraud, misrepresentation, or non-performance, FSA may recoup all the costs of the audit work from the Vendor. Any adjustments or payments that must be made as a result of any such audit or inspection of the Vendor's invoices or records shall be made within a reasonable amount of time (not to exceed 60 calendar days) from presentation of FSA's findings to Vendor. FSA has the right to assess damages or seek reimbursements or refunds based on audit results. 1.35 LICENSES AND PERMITS The Bidder shall obtain and pay for all licenses, permits and inspection fees for this bid submission and any resulting contract. Where Vendors are required to enter or go onto FSA or purchaser property to deliver materials or perform work or services as a result of a bid award, the Vendor will assume the full duty, obligation and expense of obtaining all necessary licenses, permits and insurance. The Bidder must, by the time of award, be registered to do business in the State of Florida on SunBiz.gov. 1.36 PERFORMANCE BONDS Purchasers may request a performance bond from a Vendor. Performance bonds are recommended with pre- payment and will be at the expense of the requesting agency. Purchasers should determine the best practice in comparing performance bond expense against any prior discounts that may be available. 1.37 ELIMINATION FROM CONSIDERATION This Invitation to Bid shall not be awarded to any person or Bidder who has outstanding debts to the FSA, whether in relation to current or previous bid awards or for other business purposes. 1.38 INDEPENDENT PREPARATION A Bidder shall not, directly or indirectly, collude, consult, communicate or agree with any other Bidder as to any matter related to the bid each is submitting. Additionally, a Bidder shall not induce any other Bidder to modify, withdraw, submit, or not submit a bid. Bidders or Vendors who are found to have engaged in these acts will be considered nonresponsive and will be suspended or barred from bid participation. Any contract award resulting from these acts may be terminated for Page 15 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions default. Further, any such acts detected by the FSA may be reported to relevant law enforcement and/or prosecutorial agencies. Bidders may submit multiple bids without violating this provision if the bid submitted is not from the same manufacturer and product line. Dealers that share the same ownership may submit multiple bids without violating this provision if the Bidders are not in the same region featuring the same manufacturer and product line. 1.39 DEFAULT In case of default on the part of Vendor, the FSA CPP may take necessary steps to otherwise procure the products sought, including but not limited to procuring the products or services from the next highest ranked Bidder or from other sources. A defaulting Vendor may be held liable for costs incurred by the FSA in procuring replacement products. 1.40 PROTESTS AND ARBITRATION Any person who is adversely affected by the decision or intended decision to award shall file a "Notice of Protest" in writing to the FSA CPP within three (3) business days after the posting of the Intent to Award and shall file a formal written protest within five (5) business days after filing the Notice of Protest. Failure to file both a notice of protest and a formal written protest within the above referenced timelines shall constitute a waiver of proceedings. The burden is on the party protesting the award of the bid to establish grounds for invalidating the award(s). The formal written protest must state with particularity the facts and law upon which the protest is based. Options are for informational purposes only and will not serve as a basis for protest. Failure to do so will result in a denial of protest. Formal written protest which states with particularity the facts and law upon which the protest is based will be reviewed by FSA legal counsel for legal soundness and validity, and corrective action will be taken as needed contingent upon the validity of such claims. However, any additional time required and cost incurred by the FSA to substantiate a protesting party's claim(s) beyond the normal scope of its legal review due to the vague or inconclusive nature of the protesting party's filing will be reimbursable to the FSA and deducted from the protesting party's bond or security which must accompany their filing. Any Bidder who files an action protesting a decision or intended decision pertaining to this contract shall post a bond, cashier's check or money order payable to the Florida Sheriffs Association in the amount equal to ten percent of the item being protested. The bond, cashier's check or money order must be filed at the time of filing the formal written protest or within the five (5) business day period allowed for filing the formal written protest. FSA CPP will provide the amount required within two (2) business days of the notice of protest received. This bond or security will be conditioned upon the payment of all costs which may be adjudged against the protesting party in a court of law and/or to reimburse the FSA for additional legal expenses incurred and required to substantiate the protesting party's claim(s). Failure to post the bond or security requirement within the time allowed for filing will result in a denial of protest. The filing of the protest shall not stay the implementation of the bid award by the Florida Sheriffs Association. Should the unsuccessful Bidder(s) decide to appeal the decision of the FSA, they shall file a notice to FSA CPP within three (3) business days of the FSA bid protest decision regarding their intent to request arbitration. A demand for arbitration with the American Arbitration Association's (AAA) commercial panel under its rules and regulations must be made within ten (10) business days of the FSA bid protest decision. Any person who files for an arbitration with the AAA shall post with the Florida Sheriffs Association at the time of filing the formal written arbitration request, a bond, cashier's check or money order payable to the Florida Sheriffs Association in the Page 16 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions amount equal to ten percent of the product line being protested. This amount will be the same amount as the FSA CPP provided at the time of filing the initial protest. Failure to provide written notice to FSA CPP, file a demand for arbitration with the AAA, or failure to post the required bond and security requirement within the specified timelines shall constitute a waiver of arbitration proceedings. By responding to this procurement, the Bidder expressly agrees to the use of mandatory binding arbitration to resolve any appeals of the decision of the FSA, and any claims arising from or in any way relating to the procurement process, and expressly waives any and all rights that it may otherwise have to pursue such claims in any other forum, judicial or otherwise. If the party filing for arbitration does not prevail, it shall pay all costs, legal expenses and attorney fees of the prevailing party incurred in connection with the arbitration. However, if the filing party prevails, the parties shall share equally the fees and expenses of the arbitration and AAA and each shall bear the cost of their own attorney fees. The filing for arbitration shall not stay the implementation of the bid award by the Florida Sheriffs Association. 1.41 NONPERFORMANCE By virtue of the bid submission, Bidder acknowledges its obligation to sell items in all zones for which it is awarded. Upon award, failure of the Vendor to comply with these requirements may result in the imposition of liquidated damages of up to $1,000 per item, which amount the Vendor agrees is reasonable, or probation, suspension, termination or a combination thereof from current and future bids at the FSA CPP's discretion. The Vendor shall at all times during the contract term remain responsive and responsible. In determining Vendor's responsibility, the FSA CPP shall consider all information or evidence that demonstrates the Vendor's ability or willingness to fully satisfy the requirements of the Terms & Conditions. Vendors that are not in compliance with any of the provisions of this contract can be assessed liquidated damages, suspended or terminated from the contract. The FSA CPP at its sole discretion may remove a noncompliant Vendor from future competitive bid solicitations; or take other actions including suspension from the contract until compliance issues are resolved, limit current or future vendor participation by items or zones, or other actions as determined by FSA CPP at its sole discretion. At FSA CPP's discretion, Vendors may be required to develop corrective action plans to address contract compliance. Failure to abide by corrective action plans will result termination from the existing contract and future competitive bid solicitations at the discretion of the FSA CPP. In situations where there is evidence that the Vendor has engaged in egregious breaches of the contract with respect to either the FSA CPP and/or the purchaser, the contract can be terminated and the Vendor will be removed from future solicitations for a period of up to three (3) years, or a permanent ban from the bid process at the sole discretion of FSA CPP. Specific conditions for termination include, but are not limited to; failure to perform, refusal to accept orders during the contract period while manufacturer orders are still being accepted for current model year or the new year if the vehicle is price protected by the factory, charging amounts exceeding MSRP on factory or Vendor installed items and packages, requiring the purchase of additional options over and above the base vehicle as a condition of acceptance of order, providing aftermarket options where factory options are available without the consent of the purchaser, any misrepresentation of optional equipment or service as being factory that fails to meet the definition as described in this document, and any other practice deemed to be inconsistent with the intent of the contract. Page 17 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Any Vendor presented with a valid Purchase Order consistent with Vendor bid quotes or other agreed upon terms and pricing is required by this contract to accept such purchase order and deliver the product. Purchase Orders must be fulfilled whether or not the Purchase Order includes options. The Vendor must deliver this product in accordance with the Terms & Conditions — regardless of whether doing so will provide the Vendor with a profit or loss. Failure to deliver the item may result in the purchaser seeking damages for the difference of cost to issue a new Purchase Order with another Vendor plus any legal fees and damages that may be incurred in the process to facilitate a completed order. Additionally, FSA CPP may seek damages for nonpayment of administrative fees, to which FSA CPP is entitled, according to Section 3.28, and any attorney's fees incurred in the recovery of these damages. 1.42 SEVERABILITY In the event any provision of this contract is held to be unenforceable for any reason, the unenforceability thereof shall not affect the remainder of the contract, which shall remain in full force and effect and enforceable in accordance with its terms. 1.43 TERMINATION FOR CAUSE If through any cause within the reasonable control of the Vendor, it shall fail to fulfill in a timely manner, or otherwise violate any of the terms of this contract, the FSA CPP shall have the right to terminate the services remaining to be performed. Written notice of the deficiencies shall be given to the Vendor and unless the deficiencies are corrected within 10 business days, the contract may be terminated for cause immediately. The right to exercise the option to terminate for cause shall be in the sole discretion of the FSA CPP, and the failure to exercise such right shall not be deemed to constitute a waiver of this right. In the event of a termination for cause, the purchaser shall compensate the successful Bidder in accordance with the contract for all services performed by the successful Bidder prior to termination, net of any costs incurred by the purchaser and FSA as a consequence of the default. Notwithstanding the above, the Vendor shall not be relieved of liability to the FSA for damages sustained by the FSA by virtue of any breach of the contract by the Vendor, and the FSA CPP may reasonably withhold payments to the Vendor for the purposes of offset until such time as the exact amount of damages due the FSA from the Vendor is determined. 1.44 TERMINATION WITHOUT CAUSE The FSA CPP can terminate the contract in whole or part without cause by giving written notice to the Vendor of such termination, which shall become effective 30 calendar days following receipt by Vendor of such notice. In the event of a termination without cause, all finished or unfinished documents and other materials shall be properly delivered to the FSA CPP. The Vendor shall not furnish any product after it receives the notice of termination, except as necessary to complete the continued portion of the contract, if any. The Vendor shall not be entitled to recover any lost profits that the Vendor expected to earn on the balance of the contract or cancellation charges. Page 18 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Any payments to the Vendor shall be only to the total extent of the purchaser liability for goods or services delivered prior to the date of notice to terminate the contract. 1.45 CONTRACT ADVERTISEMENT AND USE OF FSA LOGO The FSA logo is an official logo of the Florida Sheriffs Association designed to promote the program. The logo may be used by Vendors in accordance with this policy. Use of the logo is limited to the original version received from the FSA. Modifications are not permitted. Methods of use include, but are not limited to: • Electronic mediums such as websites, digital marketing campaigns, social media and e-mail; or • Print media such as forms, marketing campaigns, business cards, posters, banners, brochures, flyers and postcards. Vendors may request use of the logo by contacting cpp@Jflsheriffs.org, and should include a brief description of how the Vendor intends to use the logo. The official FSA sheriff's star and wreath logo may not be used without prior written permission. Page 19 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 2.0 BIDDER INSTRUCTIONS 2.01 QUALIFICATION Bidders are required to complete the qualification packet as part of the bid submission. A Bidder becomes a qualified bidder if they comply with this section and Section 2.11, Mandatory Pre -Bid Meeting. Qualification Packet information required for bid qualification include: • Qualification form o Contact Information o Business Profile o References o Disqualifications & Defaults o Warranty Service Plan Attestation o Emergency Technician Attestation • Compliance Attestations o E -Verify o Drug -Free Workplace o Workers Compensation o Compliance with Applicable Federal, State, and Local Laws and Ordinances • Federal Compliance • If willing to comply with the requirements applicable to federally funded purchase orders, Federal Compliance Certifications o Certification Regarding Debarment and Suspension o Certification Regarding Lobbying • Contract Signature Form • Insurance Checklist o Certificates of Insurance due five days prior to award The qualification packet is located on the Bid System. 2.02 LICENSING AND FACILITIES Bidders are required to obtain all required licenses, including any applicable motor vehicle dealer licenses, and registrations, and comply with all applicable Federal, State, and local laws and ordinances, including any applicable motor vehicle dealer laws, in order to bid on any motor vehicle. Bidders must maintain a repair facility within the State of Florida to provide warranty service for the items bid. If Bidders do not have a facility, the Bidder must be able to assist purchasers in obtaining warranty work as authorized by the manufacturer. If a Bidder does not maintain a facility within the State of Florida, the Bidder must have a plan as to how the Bidder would service Florida purchasers if awarded the contract. This warranty service plan must demonstrate that the warranty work will be timely and satisfactorily performed and should include: • Whether the warranty service provider is approved by the manufacturer; • If the Bidder plans to contract out for service, a copy of the service agreement; and • Zone specific service plans to include: o Response time to initial call from purchaser, Page 20 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions o Number of personnel available to service the contract, o Qualifications of personnel providing warranty work, and o Any additional information that would detail how warranty service would be provided. The sufficiency of the Warranty Service Plan may be evaluated by the FSA CPP. The FSA CPP reserves the right to request additional information from a Bidder regarding the facility during the solicitation and the term of the contract, if awarded. The FSA CPP may also exercise discretion in examining such facility as deemed necessary. 2.03 INSURANCE AND INDEMNIFICATION Bidder/Vendor shall be fully liable for the actions of its agents, employees, partners, or third party suppliers and shall fully indemnify, defend, and hold harmless the Florida Sheriffs Association, the participating agencies, and their officers, agents, and employees from suits, actions, damages, and costs of every name and description, including legal counsels' fees, arising from or relating to personal injury and damage to real or personal tangible property alleged to be caused in whole or in part by Bidder/Vendor, its agents, employees, partners, or third party suppliers; provided, however, that the Bidder/Vendor shall not indemnify for that portion of any loss or damages resulting directly from the negligent acts or omissions of the Florida Sheriffs Association and participating agencies or proximately caused by intentional wrongful acts or omissions of the Florida Sheriffs Association and participating agencies. The Florida Sheriffs Association and/or participating agencies shall give the Bidder/Vendor (2) the opportunity to take over and settle or defend any such action at Bidder's/Vendor's sole expense. When reasonable, the Florida Sheriffs Association will give the Bidder/Vendor written notice of an action or threatened action. Bidder/Vendor shall not be liable for any unreasonable cost, expense or compromise incurred by the Florida Sheriffs Association, or participating agencies, in any legal action without Bidder's prior written consent, which consent shall not be unreasonably withheld, conditioned, or delayed. The Insurance Checklist summarizes the Bidder's/Vendor's insurance coverage obligations, if awarded. Certificates of Insurance, evidencing such coverages and endorsements as required herein, shall be provided no later than five (5) business days prior to the contract award date. The Vendor may not begin performance under the contract until such Certificates have been approved by the FSA CPP. The certificate must state Bid Number and Title. FSA must be named as an additional insured for the duration of the contract. The Vendor shall maintain comprehensive general liability insurance and general aggregate insurance in the amount and coverage levels specified on the Insurance Checklist. The Vendor shall specifically and distinctly assume, and does so assume, all risks of damage or injury to property or persons used or employed on or in connection with the work and of all damage or injury to any person or property wherever located, resulting from any action or operation under the contract or in connection with the work. It is understood and agreed that at all times the Vendor is acting as an independent contractor. The Vendor shall be responsible for the work and every part thereof, and for all materials, tools, appliances and property of every description, used in connection with this particular contract. The Vendor at all times during the full duration of work under this contract, including extra work in connection with this contract, shall meet the requirements of this section. The Vendor shall maintain automobile liability insurance including property damage covering all owned, non - owned, hired and scheduled automobiles, when used in connection with the delivery or service of this contract. Page 21 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions The Vendor shall maintain insurance to cover garage operations in the amount specified on the Insurance Checklist when the garage is used to complete work on this contract. All insurance policies shall be issued by companies authorized to do business under the laws of the State of Florida and these companies must have a rating of B+ or better per the AM Best Rating. FSA CPP required insurance coverages must be maintained through the duration of the contract. Upon expiration of the required insurance, the Vendor must email updated certificates of insurance for as long a period as any work is still in progress. No change or cancellation in insurance shall be made without 30 calendar days written notice to the FSA CPP. It is understood and agreed that all policies of insurance provided by the Vendor are primary coverage to any insurance or self-insurance the FSA possesses that may apply to a loss resulting from the work performed in this contract. All policies issued to cover the insurance requirements herein shall provide full coverage from the first dollar of exposure. The liability insurance coverage shall extend to and include the following contractual indemnity and hold harmless agreement: The Vendor hereby agrees to indemnify and hold harmless the FSA, a 501(c)3, its officers, agents, and employees from all claims for bodily injuries to the public and for all damages to the property per the insurance requirement under the specifications including costs of investigation, all expenses of litigation, including reasonable legal counsel fees and the cost of appeals arising out of any such claims or suits because of any and all acts of omission or commission of any by the Vendor, his agents, servants, or employees, or through the mere existence of the project under contract. The foregoing indemnity agreement shall apply to any and all claims and suits other than claims and suits arising out of the sole and exclusive negligence of the FSA, its officers, agents, and employees, as determined by a court of competent jurisdiction. The Vendor will notify the insurance agent without delay of the existence of the Hold Harmless Agreement contained within this contract and furnish a copy of the Hold Harmless Agreement to the insurance agent and carrier. The Vendor will obtain and maintain contractual liability insurance in adequate limits for the sole purpose of protecting the FSA under the Hold Harmless Agreement from any and all claims arising out of this contractual operation. The Vendor will secure and maintain policies of third -party suppliers. All policies shall be made available to the FSA upon demand. Compliance by the Vendor and all third -party suppliers with the foregoing requirements as to carrying insurance and furnishing copies of the insurance policies shall not relieve the Vendor and all third -party suppliers of their liabilities and obligations under any section or provisions of this contract. Vendor shall be as fully responsible to the FSA for the acts and omissions of the third -party suppliers and of persons employed by them as they are for acts and omissions of persons directly employed by the Vendor. The FSA can request, and the Vendor shall furnish proof of insurance within seven (7) calendar days of receipt of the written request from FSA. Should the Vendor fail to provide acceptable evidence of current insurance during the contract term, the FSA CPP shall have the right to consider the contract breached and justifying the Page 22 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions termination thereof. If Bidder does not meet the insurance requirements; the FSA may consider alternate insurance coverage. 2.04 SPECIFICATIONS All items covered by this Invitation to Bid and any resulting contract, and the specifications shall be the manufacturer's current basic production model, and shall, as a minimum, be equipped with all standard factory equipment in accordance with the manufacturer's latest literature unless otherwise noted in the Bid System or FSA CPP item group specification. The Base Item Specifications are contained in the FSA CPP Bid System, may be requested from FSA CPP, and are retained within FSA CPP's archive. As part of the bid submission, Bidders will be required to provide confirmation that the item bid meets the FSA CPP Base Specification. FSA CPP may reject bids that fail to provide confirmation that the item(s) bid meet the FSA CPP Bid Specifications. FSA CPP develops the specifications with subject matter experts and publicly available information. However, FSA CPP does not have access to full details from the manufacturer and relies on Bidders to assist in this process. Bidders should immediately notify the FSA CPP of any inaccuracies in the specifications. All notifications of inaccuracies must be in writing. If awarded a contract, Vendor(s) must offer and supply an item that either meets or exceeds all the requirements included in the applicable Bid Specifications, unless a purchaser specifically issues a Purchase Order for a base item and Option that differs from the Base Specifications. Failure of a Bidder to comply with these provisions will result in Bidders being held responsible for all costs required to bring the item into compliance with the contract specifications. 2.05 SEALED BIDS For purposes of this solicitation, a sealed bid is considered a bid submitted using the FSA CPP Bid System. 2.06 MISTAKES Bidders are expected to examine the Base Item specifications, delivery schedules, bid prices and all information pertaining to servicing this contract before submitting a bid. Failure to do so will be at the Bidder's risk. 2.07 EXCEPTIONS Any requested exceptions, deviations, or contingencies a Bidder may have to the Terms & Conditions must be documented in Bidder's submission. Exceptions to the Base Specifications at the time of the bid submission shall reference the item number, make and model. FSA CPP has the discretion to grant or deny, in whole or in part, the Bidder's requested exception, deviation or contingency to the specifications or Terms &Conditions. Bidder acknowledges that the bid may be disqualified if FSA CPP rejects the proposed exceptions. 2.08 EQUIVALENTS Prior to the opening of the Bid System, Bidders may request item equivalents. The Bidder must submit the manufacturer name and model number (or product identifier) of each equivalent requested to FSA CPP. Complete, Page 23 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions descriptive, technical literature should demonstrate that the equivalent conforms with specification. If a bid uses equivalents without prior approval, the bid may be disqualified. 2.09 MANDATORY PRE -BID MEETING Prospective Bidders are required to attend or participate in the mandatory Pre -Bid Meeting. The Pre -Bid Meeting is designed for vendors, the Fleet Advisory Committee and the FSA CPP to clarify questions on the Terms & Conditions and to confirm all Base Item specifications. Questions relating to the items, specifications, the bid process, or award can be asked at the Pre -Bid Meeting. Bidders have the opportunity to suggest technical modifications or corrections before the Base Item specifications are finalized. FSA CPP reserves the right to grant attendance exceptions to the mandatory meeting if the Bidder has requested authorization, agrees in writing to meet all the Terms & Conditions without exception and further waives their right to protest the bid process in its entirety or any portion thereof. 2.10 PRICES QUOTED - HEAVY TRUCKS AND BUSES AND EQUIPMENT INVITATIONS TO BID Items and options should reflect the most complete price and be below MSRP and at a minimum should cover the cost of the item or option bid. Prices quoted in the bid submission should reflect the final amount the Bidder can expect to receive for payment for the items bid for the duration of the contract, unless otherwise provided in the contract. Prices submitted as indicated in the sealed bid are final. Bidders acknowledge that prices quoted will be valid for a period of sixty (60) calendar days from the date of bid opening. Each item, make, and model must be priced and bid separately. Prices must be inclusive of all the components included in the Base Specification. Prices bid must include the administrative fee FSA CPP charges to administer the contract, as outlined in these Terms & Conditions. The administrative fee is three quarters of one percent (.0075). Prices bid must be at least cost, be Free On Board (FOB) destination, and must include delivery to the purchaser. Upon award, the Vendor has the authority to offer additional discounts based on prompt payment, quantity, as well as additional manufacturer or vendor discounts. 2.11 PRICES QUOTED - PURSUIT, ADMINISTRATIVE AND OTHER VEHICLES INVITATION TO BID Due to the changing market conditions, the FSA CPP has temporarily moved to a percent above cost, or "cost- plus", model for the Pursuit, Administrative and Other Vehicles Contract. The cost-plus model allows for Vendors to sell items immediately when order windows open up for next year's model, when the manufacturer changes price during the contract term, or when new items come to market. Bidders shall provide a Bid Price and a Percent for each item bid. The Bid Price will be used to evaluate the lowest, responsive and responsible Bidder for each item and zone. The Percent will be used under an awarded contract to determine the cost-plus pricing for new year's models, when the manufacturer changes price during the contract Page 24 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions term, or when new items come to market. The FSA CPP will use the percent feature of the Bid System as the field to capture the percent above cost that the Vendor can expect to receive from the purchaser for the purchase of an t awarded item. The FSA CPP has the discretion to disqualify Bidders if the proposed Percent is excessive. In order to determine if Percent is excessive, FSA will compare the Percents proposed by Bidders for each item in each zone. Prices and Percents bid for items and options should reflect the most complete item price, be below MSRP, and at a minimum should at least cover the cost of the item or option bid. Prices and Percents bid must be at least "Item Cost", be Free On Board (FOB) destination, and must include delivery to the purchaser. As used in this provision, "Item Cost" is defined as the factory invoice price for the item, the Original Equipment Manufacturer (OEM) destination and delivery to dealer, and the FSA Administrative fee, minus the OEM government pricing concessions specific to this bid, all manufacturer incentives, discounts, rebates, concessions and holdbacks. As used in this provision, "Total Cost" is defined as the Item Cost, plus costs of dealer's floorplan estimated operational expense, and costs of dealer for preparation, cleaning, and assembling, gas, and delivery to zone. As used in this provision, "Bid Price" is defined as the Total Cost and profit. As used in this provision, "Percent" is defined as the markup over Item Cost. Bid Prices will be used as the initial publish pricing for awarded items. As windows open up for next year's model, the manufacturer changes price during the contract term, or as new items come to market, FSA CPP will work with Vendors to update the published pricing for such items based on the awarded Percent, within a reasonable period of time. Vendors may accept Purchase Orders for such items in accordance with these Terms & Conditions before submitting updated published pricing to FSA CPP. 2.12 PURSUIT, ADMINISTRATIVE, AND OTHER VEHICLES CONTRACT COST -PLUS - PERCENT PRICING Due to the changing market conditions, the FSA CPP has temporarily moved to a percent above cost, or "cost- plus", model for the Pursuit, Administrative and Other Vehicles Contract. The cost-plus model allows for Vendors to sell items immediately when order windows open up for next year's model, when the manufacturer changes price during the contract term, or when new items come to market. The Bid System provides each Vendors' percent above cost at which the Vendor will sell such items. The Percent provided in the Bid System does not provide a percent discount for items bid. If Vendor fulfills a Purchase Order at other than published pricing, at purchasers' request, Vendor must provide documentation substantiating the Item Cost, as defined in section 2.11. Page 25 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 2.13 OPTION PRICING - EQUIPMENT INVITATION TO BID The Bidder shall offer discount below Manufacturer's Standard Retail Pricing (MSRP) or manufacturers published list price for any factory options included in the bid submission and quotes to purchasers, if awarded. FSA CPP requests Vendors include most frequently purchased scheduled, factory and aftermarket options in the bid. Options are intended to add or delete equipment or features from the Base Specification. Options can provide an upgrade or downgrade to a manufacturer's model, such as a slightly different engine size or horsepower, and should not be made available for purchase separate from the base vehicle or equipment. Options may only provide a downgrade to a manufacturer's model when specifically requested in a Purchase Order issued in accordance with the Terms & Conditions by a purchaser. Bidders shall NOT use options to create equipment that is entirely different than the FSA CPP Base Specification or are available as another specification bid on this Invitation to Bid. Bidder must use proper factory codes for all factory options. Options available through the factory may be bid and supplied to purchaser as "factory" options, unless otherwise requested in writing by the purchaser. The FSA CPP has the discretion to disqualify Bidders if the option pricing is excessive or if options listed are not available for the item bid. In order to determine if pricing is excessive, Bidders agree to provide documentation to FSA CPP to verify cost at any time during the solicitation process or during the contract term. This information is for comparison purposes only when determining if pricing is excessive and will not be published. Option pricing will include all costs of labor associated with the option and cost of labor should not be listed separately within the bid. For purposes of this bid, Emergency Lights and Sirens will require a separate pricing sheet upload in the Bid System. Section 2.15 contains specific instructions and exceptions for Emergency Lights and Sirens. If a Bidder will offer registration and title services as a fee for service, the Bidder must include the administrative fee as a separate option (i.e., line item) for each item bid. See Section 3.21 for additional details. Government imposed fees should not be included in this option pricing. No other additional charges or fees are admissible. If options are not available as a stand-alone option, the Bidder must indicate in their bid submission any option requiring the purchase of other options, and also indicate options that are a part or dependent of another option. Factory package options are allowable under this contract. Factory package options must be included in the options within the bid document and detailed specifically as to what components the package includes. When calculating the price for a manufacturer's option requested in this bid that is not listed as an option in the manufacturer's order guide (i.e., model or engine upgrade), the Bidder must calculate the option price as the net difference between vendor cost on the representative base vehicle and the total MSRP of the requested option modifying the vehicle. A Bidder may bid less than this price, but at no time charge more than the calculation provided here. The use of options to facilitate the sale of an alternate manufacturer's product which is outside the scope of the written Base Specification will be determined nonresponsive and the bid will be rejected in whole or part by the FSA CPP. Example: Bidder CANNOT include option upgrades that result in the selling of a vehicle or truck on one specification that is offered as a separate specification in Page 26 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions the Invitation to Bid. For example, a Vendor who is awarded the bid for 25,500 Ib. GVWR Cab & Chassis cannot upgrade this item through an add option to a 30,000 lb. GVWR Cab & Chassis in order to circumvent the bid award winner for the 30,000 Ib. GVWR Cab & Chassis. Purchasers are encouraged to negotiate option pricing with Vendors. Discounts can be provided beyond option prices listed in the contract. The additional discounts for each add option shall be decided by the Vendor. The options will correspond to the specification or item number. Multiple options may be listed for each specification or item number bid. Therefore, Bidders that do not indicate the correct item number with the option information bid will not have options displayed for the item bid. If option pricing is not uploaded correctly, FSA CPP may require Bidders to correct the formatting of the options, but pricing may not be modified. Failure of the Bidder to make corrections may cause the bid to be rejected. If the Bidder wishes to offer credit to the purchaser for an option that is standard on the FSA CPP Base Specification, the Bidder should include the word "Credit" at the beginning of the description and continue to describe the option being credited. For example, "Credit: one key fob" that corresponds with the price the Bidder will credit the purchaser. Loose Equipment can be bid as an option and made available to purchasers for items originally purchased from this contract. For purposes of this provision, "Loose Equipment" is any item of equipment that attaches to the heavy equipment item(s) included in the awarded bid, such as different sized blades. Loose Equipment does not include accessories, such as additional keys. 2.14 OPTION PRICING - HEAVY TRUCKS AND BUSES AND PURSUIT, ADMINISTRATIVE AND OTHER VEHICLES INVITATIONS TO BID FSA CPP requests Bidders include most frequently purchased options in the Bid System. Option pricing must include the administrative fee. Bidders must provide a price for each option in addition to a percent below MSRP for factory -installed options or a percent above cost for other options. The FSA CPP has the discretion to disqualify Bidders if the option pricing is excessive. In order to determine if pricing is excessive, Bidders agree to provide documentation to FSA CPP to verify cost at any time during the solicitation process or during the contract term. This information is for comparison purposes and will not be published. Options are intended to add or delete equipment or features from the Base Specification. Options can provide an upgrade or downgrade to a manufacturer's model, such as a slightly different engine size or horsepower, and should not be made available for purchase separate from the base vehicle or equipment. Options may only provide a downgrade to a manufacturer's model when specifically requested in a Purchase Order issued in accordance with the Terms & Conditions by a purchaser. Bidders shall NOT use options to create an item that is available as another item bid on this Invitation to Bid. The use of options to facilitate the sale of an alternate manufacturer's product which is outside the scope of the Base Specification will be determined nonresponsive and the bid will be rejected in whole or part by the FSA CPP. Bidders must disclose which options require the purchase of other options or are dependent on another option in their bid submission. Option pricing will include all costs of labor associated with the option and cost of labor should not be listed separately. Bidder must use proper manufacturer codes for factory options. Options available through the factory should be bid and supplied to purchaser as factory options, unless otherwise requested in writing by the purchaser. Factory Page 27 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions package options are permitted under this contract. Factory package options included in the bid submission must detail what components the package includes. If a Bidder will offer registration and title services as a fee for service, government -imposed fees should be listed at the exact cost and shall not include the FSA administrative fee. If the Bidder wishes to offer credit to the purchaser for an option that is standard on the FSA CPP Base Specification, the Bidder should include the word "Credit" at the beginning of the description field and continue to describe the option being credited. For example, "Credit: one key fob" and enter the price the Bidder will credit the purchaser. For purposes of this bid, Emergency Lights and Sirens will require a separate pricing sheet and option upload in the Bid System. Section 2.15 contains specific instructions and exceptions for Emergency Lights and Sirens. 2.15 EMERGENCY LIGHTS AND SIRENS Under Florida Statute 316.003(1), authorized emergency vehicles are defined as: Vehicles of the fire department (fire patrol), police vehicles, and such ambulances and emergency vehicles of municipal departments, public service corporations operated by private corporations, the Fish and Wildlife Conservation Commission, the Department of Environmental Protection, the Department of Health, the Department of Transportation, and the Department of Corrections as are designated or authorized by their respective departments or the chief of police of an incorporated city or any sheriff of any of the various counties. Bidders that will provide or contract to provide emergency light and siren installation must only use installers that possess a current Emergency Vehicle Technician Certification, or an approved equivalent. FSA CPP may request certificates for a Vendor's installers at any time during the contract term. Labor may be charged for the installation of emergency lights and sirens. Labor rates must be disclosed as part of the bid submission. Bidders may not charge for labor for vehicles that are manufactured with emergency lights and sirens, including motorcycles. Prices submitted for emergency lights and sirens shall include all applicable government -imposed fees. Bidders that install emergency lights and sirens are required to provide and install products that are Society of Automotive Engineers (SAE) certified. SAE Certifications must include Class 1, Class 2 and Class 3 in order to be eligible for participation in the contract. If a lighting or siren product installed on an emergency vehicle is not SAE Certified, the Vendor can be found in default of the contract. Bid Submission of Emergency Lights and Sirens If offering emergency lights and sirens, Bidders will be asked to provide pricing by submitting a pricing sheet. An emergency vehicle lights and siren option pricing template is offered in the Bid System. Bidders are encouraged, but not required to use the template. If item or specification group is helpful to display light and siren options, Bidders may categorize the pricing sheet by item group. Items listed below are required for the submission of the pricing sheet: • Order code • Description • Price (part only) Page 28 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions • Estimated labor hours • Labor cost per hour 2.16 BID SUBMISSION Bidders must submit a bid electronically using the Bid System. Bid submissions include a price for each item and option bid in accordance with Section 2.10, 2.11, 2.13, 2.14, and 2.15. Each Bidder must submit a qualifications package for each bid. The bid must be received by the date and time specified on the Bid Calendar in Appendix B. Failure to meet all submission requirements by the date indicated on the Bid Calendar will result in rejection of the bid. Bid System: VendorLink The Bid System is located at https://www.myvendorlink.com. Bidders are encouraged to participate in training provided. Usernames and passwords will be issued to Bidders after registering in the Bid System. Contact VendorLink at support@evendorlink.com if technical issues arise during bid submission. Prices are to be rounded to the nearest whole dollar. If a Bidder submits bid pricing using cents, the following formula will be applied to round the bid pricing to the nearest whole dollar: $.01-.49 will be rounded down to the dollar bid (e.g., $50.49 = $50) and $.50-.99 will be rounded to the next dollar (e.g., $50.50 =$51). Bid Submission To ensure correct bid submittal and formatting, Bidders shall: • For the Heavy Trucks and Buses Invitation to Bid, insert a: o Price for each item bid by zone • For the Pursuit, Administrative and Other Vehicles Invitation to Bid, insert a: o Bid Price for each item bid by zone, as defined in Section 2.11 o Percent for each item bid by zone, as defined in Section 2.11 • For the Equipment Invitation to Bid, insert a: o Price for each item by zone • Upload files as instructed in the Bid System; files requested will be in Excel or .pdf. • Follow all instructions outlined in this Invitation to Bid and provide all requested information. The bid shall include the following documents: • Executed Qualifications Packet. • Build sheet for each item bid as a single .pdf • Pricing Sheet for Emergency Vehicle Lights and Sirens, if applicable. • Any requested exceptions or equivalents. Option Upload An option sheet should be submitted for each item bid. The Bid System will accept option information for each item through a .pdf file upload. Each option sheet should include a header to identify the FSA CPP contract title and number, the Bidder name, item number, make and model. Each option sheet should include: • Option • Description • Manufacturer order code or identifying code • Price For the Heavy Trucks and Buses and Pursuit, Administrative, and Other Vehicles Invitations to Bid, the option sheet should also include: Page 29 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions • Cost plus percent for all items not installed at the factory • Percent below MSRP for factory installed options FSA CPP may ask awarded Bidders to supply one hard copy set with digital signatures and original compliance forms, prior to the contract execution. Hard copy bids should not be submitted unless specifically requested by FSA CPP. FSA is not responsible for Bidder's improper use of the Bid System. Exceptions will be granted to this section should any Bid System malfunctions occur. 2.17 ZONE BIDDING Bidders may bid in one or more geographic zones. Bidders must submit pricing for each zone they wish to be evaluated. The zone map is included in Appendix A. The geographic zones are in place to assist Bidders in estimating costs of delivery, which must be included in the price bid and quoted to the purchaser. For the Pursuit, Administrative and Other Vehicles Contract, the cost of delivery must be included in the Percent. 2.18 EXECUTION OF BID By submitting a response to this Invitation to Bid, the Bidder agrees to the Terms & Conditions and to be bound by such Terms & Conditions if selected for award. The Bidder must submit the Contract Signature Form with the signature of an authorized representative no later than the bid submittal due date. All Terms & Conditions are applicable throughout the term of the awarded contract and are not specific to any given year, make or model. 2.19 MODIFICATION OR WITHDRAWALS OF BIDS A Bidder may submit a modified bid to replace all or any portion of a previously submitted bid until the due date and time of the bid submission listed in the Bid Calendar. Modifications received after the bid due date and time will not be considered. Bids can be withdrawn in writing prior to the contract award. If a Bidder must withdraw the bid, the Bidder must contact FSA CPP immediately. Bid withdrawals are handled on a case -by -case basis and can result in a limitation of participation in future bids. 2.20 LATE BIDS The responsibility for submitting a bid before the due date and time on the bid calendar is solely and strictly the responsibility of the Bidder. The FSA is not responsible for delays caused by technical problems, any internet outages or delays incurred by electronic delivery, or any other occurrence. Any reference to time will be based on Eastern Time. 2.21 BID OPENING Bids shall be opened on the date and time specified on the Bid Calendar. The bid opening may occur at the Florida Sheriffs Association, 2617 Mahan Drive, Tallahassee, Florida, or may be offered online. FSA CPP will provide a bid inspection period for Bidders following the bid opening. The date, time and duration will be announced prior to the bid opening. Page 30 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 2.22 DETERMINATION OF RESPONSIVENESS Determination of responsiveness will take place at the time of bid opening and evaluation. In order to be deemed a responsive bidder, the bid must conform in all material respects to the requirements stated in the Invitation to Bid. As set forth in Section 2.26, FSA CPP reserves the right to waive or allow a Bidder to correct minor irregularities. 2.23 RESPONSIBLE BIDDER CRITERIA Bids will be evaluated to determine if qualifications and contract requirements are met. Responses that do not meet all requirements of this Invitation to Bid or fail to provide all required information, documents or materials may be rejected as nonresponsive. The FSA CPP will not request documentation or consider a Bidder's social, political or ideological interests in determining if the Bidder is a responsible bidder. FSA CPP will not give preference to a Bidder based on the Bidder's social, political, or ideological interests. Bidders whose responses, past performance, or current status do not reflect the capability, integrity, or reliability to fully and in good faith perform the requirements of the contract may be rejected as non -responsible. In determining a responsible Bidder, the following factors may be considered: • Adequacy of facilities, staffing, and financial resources; • Previous experience with FSA contract or other similar government contracts; • Ability to provide excellent customer service, including on previous FSA contracts; and • Any other information relevant to the responsibility of a Bidder of which FSA CPP is aware. In addition to the requirements set forth by these Terms & Conditions, FSA CPP reserves the right to request staffing, performance and financial information from any Bidder during the evaluation process. FSA CPP reserves the right to determine which responses meet the requirements, specifications, Terms & Conditions of the solicitation, and which Bidders are responsive and responsible. FSA CPP further reserves the right to limit participation of Bidders who, in FSA CPP's sole discretion, are determined to present responsibility concerns that call into question the Bidder's ability to perform but that do not rise to the level of requiring rejection of the Bidder as non -responsible. 2.24 BASIS FOR AWARD For the Heavy Trucks and Buses, and Equipment Invitations to Bid, the FSA CPP shall make awards to the qualified, responsive and responsible Bidder(s) who submitted the lowest priced bid by item, manufacturer, and zone. Awards may also be made to subsequent lowest responsive and responsible Bidders by item, manufacturer, and zone, when determined to be in the best interest of the FSA and the purchaser(s). FSA CPP has the discretion to consider option pricing in making the award and to disqualify Bidders for proposing excessive option pricing. For the Pursuit, Administrative and Other Vehicles Invitation to Bid, the FSA CPP shall make award to the qualified, responsive and responsible Bidder(s) who submitted the lowest Bid Price by item, manufacturer, and zone. Awards may also be made to subsequent lowest responsive and responsible Bidders by item, manufacturer, and zone, when determined to be in the best interest of the FSA and the purchaser(s). FSA CPP has the discretion to consider Percent and option pricing in making the award and to disqualify bidders for proposing excessive Percent(s) or option pricing. Page 31 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Awards will not be given to any parties listed on the government wide exclusion in the System for Award Management. FSA CPP reserves the right to accept or reject any and all bids, and to waive any minor irregularity, technicality or omission if it determines that doing so will serve the purchaser's best interest. FSA CPP reserves the right to make multiple awards for each item, if determined to be in the best interest of the FSA and the purchasers. Awards will be posted on the FSA CPP website according to the date posted in the bid calendar. 2.25 BID TABULATIONS The Bid Tabulation report will be posted on the FSA CPP website after the bid submission closes. If there is a delay in posting the bid tabulation results, FSA CPP will post a notice of the delay and a revised date for posting of results. 2.26 MINOR IRREGULARITIES/RIGHT TO REJECT The FSA CPP has the right to accept or reject any and all bids, or separate portions thereof, and to waive any minor irregularity, technicality or omission if the FSA CPP determines that doing so will serve its best interest or the best interest of the purchasers. A minor irregularity is a variation from the Terms & Conditions of this procurement that does not affect the price of the bid or give the Bidder a substantial advantage over other Bidders and thereby restrict or stifle competition and does not adversely impact the interests of the FSA or the purchasers. At its option, the FSA CPP may allow a Bidder to correct minor irregularities but is under no obligation to do so. In doing so, the FSA CPP may request a Bidder to provide clarifying information or additional materials to correct the irregularity. However, the FSA CPP will not request, and a Bidder may not provide the FSA CPP with additional materials that affect the price of the bid or give the Bidder an advantage or benefit not enjoyed by other Bidders. The FSA CPP may also reject any bids not submitted in the manner specified in this document. 2.27 CONE OF SILENCE This Invitation to Bid is subject to the Cone of Silence that begins the date the bid submission opens through the intent to award date as indicated in the Bid Calendar. During this period, all communications regarding this solicitation between FSA and Bidder will cease, except for procedural questions, questions regarding problems incurred in the use of the Bid System, or communications initiated by the FSA CPP. All permitted communications during this period shall be made in writing to the contacts identified in Section 1.01 of this Invitation to Bid. Page 32 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 3.0 CONTRACT CONDITIONS 3.01 GENERAL REQUIREMENTS Once the bid has been awarded, the terms and conditions of this document become the contract between the FSA CPP and the awarded Vendor. The Terms & Conditions apply to all items purchased from this contract. 3.02 STATEMENT OF AUTHORITY Each person signing the contract warrants that they are duly authorized to do so and binds the respective party to the contract. 3.03 VENDOR CONTACT INFORMATION The Vendor shall maintain current contact information with FSA CPP at all times for sales and submission of purchase orders, quarterly reports and administrative fee payments. If a change occurs during the contract, the Vendor must notify FSA CPP immediately. 3.04 ADDITIONS OR DELETIONS FSA CPP reserves the right to add or delete any items from this bid or resulting contract when deemed to be in the best interest of FSA and purchasers, at its discretion. This decision to take action may be based upon and not limited to few or no sales, product recalls and other safety issues, Vendor or manufacturer performance, or the product's lack of relevance. For items that come to market during the contract term, FSA CPP may authorize qualified and awarded Vendors to offer the new item under the existing contract terms and conditions, if the manufacturer authorizes a Vendor to sell the item. FSA CPP will request awarded Vendors submit pricing and will evaluate the responses prior to authorizing awarded Vendors to offer the new item. 3.05 CONTRACT EXTENSION Contract Extension The contract may be extended by mutual agreement for up to two (2) additional years, on a year-to-year basis. FSA CPP reserves the right to execute a contract extension or to allow the contract to fully or partially terminate and readvertise for bids, whichever is in the best interest of FSA. The Vendor may request price adjustments for contract extensions as provided for herein. If no request is received from the Vendor, the FSA CPP will assume that the Vendor has agreed that the optional term may be exercised without a price adjustment. Any adjustment request received after the execution of an extension may not be considered unless otherwise provided for in this contract. Month -to -Month Continuation In the event a new contract is not active at the time of this contract's expiration, this contract's terms and conditions shall extend on a month -to -month basis and shall not constitute an implied extension of the contract. Such a month -to -month continuation shall be upon the compensation and payment provided herein. Page 33 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 3.06 PRICE ADJUSTMENT In addition to the cost -plus -percent pricing adjustments available for the Pursuit, Administrative, and Other Vehicles contract, the Terms & Conditions provide the following options for price adjustments: • Annual Price Adjustments • Changes to Manufacturer Production or Design • Manufacturer Certified Adjustments • Equitable Adjustments Price adjustment requests must clearly substantiate a need to increase or decrease the price. Price adjustments will not be considered if Vendors are delinquent on administrative fee payments or have outstanding quarterly reports. Annual Price Adjustment The FSA CPP may consider annual price adjustments due to: • Changes in the Producer Price Index (PPI) as published by the U.S. Department of Labor, Bureau of Labor Statistics (BLS); or • As a result of changes to national or state standards that require substantial price adjustments. FSA CPP may consider other documentation related to the change to national or state standards but is not obligated to grant price changes without literature from the manufacturer. The FSA CPP will consider the request and will make a final determination on the change in price. Changes to Manufacturer Production or Design Significant changes by the manufacturer to the production of and specification design may initiate a price adjustment request. FSA CPP will consider order dates, production factors, model year, or other conditions, as well as the replacement or complete redesign of items. Vendors must provide documentation from the manufacturer. Manufacturer Certified Adjustments Vendors must provide documentation from the manufacturer to FSA CPP that shows the additional costs or price adjustments imposed by the manufacturer and substantiate the need for a related price adjustment for this contract. Equitable Adjustments The FSA CPP may make an equitable adjustment to the contract terms or pricing at its discretion. 3.07 CONDITIONS It is understood and agreed that any item offered or shipped as a result of this contract shall be the most current model offered. Page 34 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions 3.08 PRODUCTION CUTOFF Vendors shall notify the FSA CPP in writing no less than sixty (60) calendar days prior to the close of final order date by the manufacturer when the final order date is during the term of the contract. Purchase Orders received by the Vendor ten (10) business days prior to the final order date must be accepted and entered into the order system with the manufacturer. Purchase Orders issued and received after the production cutoff date will be subject to availability. In this case, the Vendor and manufacturer have the discretion whether to choose to provide next year's model at current year's prices until the end of the contract term. If the manufacturer cutoff date is during the term of the contract and will affect the purchaser's ability to obtain the items, FSA CPP may consider substitutions from the same manufacturer. 3.09 FACILITIES The FSA CPP reserves the right to inspect the Vendor's facilities at any time with prior notice. 3.10 PURSUIT RATED VEHICLES & MOTORCYCLES Vehicles in this category have been reviewed by one or more of the nationally recognized authorities on Police Vehicle Testing Program/Evaluation. These evaluations are not designed to recommend a particular product, but to serve as a resource for vehicles which are currently being offered for law enforcement service. To see the full detailed report, click or copy the links below. At the time of the bid there were two nationally recognized authorities: State of Michigan, Vehicle Test Team of the Michigan State Police (MSP) Precision Driving Unit Los Angeles County Sheriff's Department Law Enforcement Vehicle Test and Evaluation Program Vehicles: 3.11 SPECIAL SERVICE VEHICLES Vehicles in this category have been reviewed by one or more of the nationally recognized authorities on pursuit vehicle testing program/evaluation. These vehicles are labeled as Special Service Vehicle (SSV) and often used in public safety applications and other areas of government. Refer to manufacturers published information for detailed information regarding these vehicles. 3.12 CAB AND CHASSIS PURCHASES Vendors performing upfitting of cab and chassis should be licensed and certified to perform such work. Vendors are responsible for tag and title work if the chassis is completed by the Vendor or the Vendor's contracted third - party supplier. The requirements of Florida Statute 319.21 related to the manufacturer statement of origin apply to cab and chassis purchases. Cab and chassis may be purchased from the Vendor without any required additional upfitting by the Vendor. Vendors are not responsible for tag and title if an incomplete chassis is requested and sold to the purchaser. 3.13 FACTORY -INSTALLED OPTIONS All options specified as factory -installed are to be installed on the item at the primary site of assembly and are to Page 35 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions be the manufacturer's standard assembly -line product. Aftermarket and vendor -installed equipment will not be accepted as factory -installed. Vendors found supplying aftermarket or vendor -installed equipment where factory - installed are specified shall be required to retrieve all delivered items and supply new items meeting the specifications. All factory -ordered options are to be original equipment manufacturer (OEM) and installed at the primary site of assembly unless otherwise noted by the Vendor and acknowledged in writing by the purchaser. Verbal agreements will not be recognized. 3.14 VENDOR -INSTALLED OPTIONS All vendor -installed accessories, equipment, or options shall be installed according to the manufacturer's specifications. All vendor -installed options must be manufactured by an established manufacturer of the product provided. Vendors are required to disclose make and model of product being offered, design, and model must be approved by the purchaser prior to installation. Prior to any purchase, the Vendor must also disclose the warranty of any accessory, equipment or option that is less than or exceeds the factory or equipment warranty coverage. Any Vendor that violates this provision will be considered in default of the contract. FSA CPP may terminate the contract in accordance with these terms & conditions. 3.15 NON-SCHEDULED OPTIONS A non-scheduled option is an option not listed on the FSA CPP published award. Vendors may provide non- scheduled options at less than MSRP or the Published List Price. Non-scheduled options should be identified and listed as a separate line item with the price and discount on the purchase order. Non-scheduled options are covered under these terms and conditions. 3.16 FORCE MAJEURE A Vendor shall not be penalized for a delay resulting from the Vendor's failure to comply with delivery requirements if neither the fault nor the negligence of the Vendor or its employees contributed to the delay and the delay is due directly to acts of God, wars, acts of public enemies, strikes, fires, floods, or other similar cause wholly beyond the Vendor's control, or for any of the foregoing that third party suppliers if no alternate source of supply is available to the Vendor. 3.17 PURCHASE ORDERS To initiate a purchase, a purchase order must be issued to the Vendor, which includes: • FSA CPP contract title and number; • FSA CPP item number, and the make and model or item description; and • Purchaser name, phone number and email address. The Vendor's acceptance of a purchaser's order will indicate that the Vendor agrees to deliver an awarded item that will be fully compatible with all of its options. Production schedules and delivery dates should be discussed at the time the quote is provided to the purchaser, or if no quote is provided, when the purchase order is delivered to the Vendor. Vendor shall place the order with the manufacturer within 10 business days of receipt of the purchase order. The Vendor shall assure that all orders are placed in full compliance with the specifications and the terms and conditions of the contract and the purchase order. Any changes that are required to bring an item into compliance with the various options due to an incorrect order will be accomplished at the Vendor's expense. Page 36 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions A Confirmation of Order form shall be completed by the Vendor and provided to the purchaser and FSA CPP fifteen (15) calendar days from receipt of purchase order without request by the purchaser. Any additional information needed to complete this form should be obtained by the Vendor from the purchaser. While it is recommended that an agency purchase from the zone which is closest to their location, it is not mandatory to do so. If the purchaser determines that a Vendor in another zone can better serve the purchaser's needs, the purchaser may order from a Vendor in another zone. Vendors that provide awarded items outside of an awarded zone may upon mutual agreement between the Vendor and the purchaser charge a delivery fee. If a Vendor receives a purchase order for an item for which they were not awarded, the Vendor must notify the purchaser and return the purchase order to the purchaser within three (3) business days. The Vendor must submit electronic copies of Purchase Orders within fifteen (15) calendar days of the Purchase Order issue date. Emails shall be sent to coop@flsheriffs.org. Purchase orders received by the Vendor after this deadline must be submitted to FSA CPP as soon as possible with the date received by the Vendor and cause for the delay. Purchase Orders should contain the following required information: • Purchaser name, • Purchase order number, • Purchase order issue date, • FSA CPP contract title and number, • Item number, • Item make and model, or item description, • Item price, • Options by item, and • Estimated delivery date. Purchase orders vary in format and information provided. If a purchase order does not include the required information, the Vendor must submit supplemental documentation to FSA CPP at the same time the purchase order is due. Such information may be in bid quotes, equipment proposals, confirmation of orders, or other documents. If a purchaser does not use purchase orders, written communication from the purchaser to the Vendor will be provided to FSA CPP. 3.18 REGISTRATION, TAG, AND TITLE Title items shall be the responsibility of the Vendor. If the purchaser is a government agency, the purchaser has the right to choose to register and title the item. Costs of registration, tag and title shall not exceed the statutory rates. FSA administrative fee does not apply to the cost of registration, tag and title. 3.19 DELIVERY Vendors are to inspect the item to confirm the item meets or exceeds the FSA CPP Base Specification, manufacturer specification, and purchase order. Deliveries not complying with these requirements may be rejected and will have to be redelivered at Vendor's expense. Delivery shall be within the normal working hours of the user, Monday through Friday, excluding holidays. Delivery schedules shall be agreed to by the purchaser and the Vendor. Vendor shall notify the purchaser no less than twenty-four (24) hours prior to delivery of the time and location, which shall reflect the mutually agreed upon Page 37 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions delivery details. The Vendor shall be responsible for delivering items that are properly serviced, clean and in first class operating condition. Items shall be delivered with each of the following documents completed or included: 1. Copy of the Purchase Order. 2. Copy of the FSA CPP Base Specification. 3. Copy of manufacturer's Invoice, price sheet, build sheet or other documentation that verifies what components are included on the item being delivered 4. Copy of the pre -delivery service report 5. Registration warranty certification 6. Owner's manual 7. Registration, tag and title or an application for the registration, as applicable All items with fuel tanks of thirty-five (35) gallons or less must contain no less than one quarter (1/4) tank of fuel as indicated by the fuel gauge at the time of delivery. For items that have more than thirty-five (35) gallons, a minimum of one eighth (1/8) of a tank of fuel must be provided. All electric vehicles must be delivered with a minimum charge level of 10 percent. The purchaser has the option to reject a vehicle with more than 350 odometer miles or may deduct $0.51 cents per mile in excess of 350 miles from the invoice, unless distance above 350 miles was previously approved by the purchaser. Deliveries of less than 350 miles may be accomplished by driving the vehicle. Any delivery accomplished by driving the vehicle must be supervised and the driver must comply with manufacturer's break-in requirements and all applicable traffic laws. Any delivery accomplished by driving a pursuit -rated vehicle must use an "OUT OF SERVICE" cover on light bars. Deliveries in excess of 350 miles shall be made by transport, or otherwise approved by the purchaser, however, this requirement shall not apply to incomplete chassis. Items with hour meters must be delivered with fewer than five (5) hours on the hour meter or may be rejected by the purchaser. The purchaser may choose to negotiate a lower purchase price when the item exceeds five (5) hours. When items require service or adjustments upon delivery, the Vendor shall either remedy the defect, or be responsible for reimbursing the manufacturer's local authorized representative or other service provider to remedy the defect. Such service or adjustments shall be initiated by the Vendor within 48 hours after notification by a purchaser, not to include weekends and holidays. Delivery will not be considered complete until all services or adjustments are satisfactory, and the item is redelivered or repaired. The cost of any transportation required to address the defect shall be the responsibility of the Vendor until the items are satisfactory and accepted by the purchaser. 3.20 INSPECTION AND ACCEPTANCE Final acceptance shall be given only after the purchaser inspects or confirms the item meets contract specifications. Delivery of an item to a purchaser does not constitute acceptance for the purpose of payment. Inspection and acceptance will be at the purchaser's destination unless otherwise previously agreed upon location was provided in the purchase order. Should the delivered items differ in any respect from the Base Item specifications, payment can be withheld until such time as the Vendor completes the necessary corrective action. 3.21 INVOICING AND PAYMENTS Invoicing and payments shall be the responsibility of the Vendor and purchaser placing orders using this contract. Vendors must invoice each purchaser independently. The Vendor shall be paid upon submission of invoices to the purchaser after satisfactory delivery and acceptance of the items. While the Local Government Prompt Payment Page 38 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Act applies to ensure timely payment of Vendor invoices, the FSA CPP encourages purchasers to make payment within 30 days of acceptance of the item. The Local Government Prompt Payment Act is defined in Sections 218.70-218.79 of Florida Statutes. 3.22 WARRANTY All warranties shall begin at the time of delivery and final acceptance by the purchaser. The purchaser's warranty should not be active for incomplete items and items delivered to a third -party supplier before final delivery. 3.23 QUARTERLY REPORTS Quarterly reports are the contractual responsibility of each Vendor. Quarterly reports must be completed and submitted electronically. All quarterly reports shall be sent to reports@ fIsheriffs.org. The quarterly report template shall be submitted using an Excel workbook provided by FSA CPP. Quarterly reports which do not adhere to the required format or are not complete of all purchase orders received and/or deliveries made during the quarter will be returned to the reporting Vendor for correction. Quarterly reports are due no later than the 15th day of the month following the end of the quarter. Quarterly reports shall follow the schedule below for the duration of the contract. If a contract extension is executed, the quarterly reports will maintain the same schedule for future reporting periods. Contract Year: October 1, 2022 — September 30, 2023 Year 1 Quarter 1: October 1— December 31 01 Report Due: January 15 Year 1 Quarter 2: January 1— March 31 Q2 Report Due: April 15 Year 1 Quarter 3: April 1 —June 30 Q3 Report Due: July 15 Year 1 Quarter 4: July 1— September 30 Q4 Report Due: October 15 Quarterly reports must be submitted even if there are no sales or no deliveries in a quarter. If a Vendor has no sales within a quarter, the Vendor shall indicate "No sales this quarter" on the top row of the sales worksheet. If the Vendor has no deliveries in a given quarter, the Vendor shall indicate "No deliveries this quarter" on the top row of the delivery worksheet. FSA CPP reserves the right to modify the procedure for submitting quarterly reports during the term of the contract. Such a change shall not materially modify the substance of the information to be reported but may change the method by which future quarterly reports are to be submitted. In the event of such a change, FSA CPP will provide written notice to all Vendors of the method by which future quarterly reports are to be submitted. 3.24 ADMINISTRATIVE FEE The FSA CPP charges three quarters of one percent (.0075) to procure, process and administer the contract. The administrative fees are the contractual responsibility of each awarded Vendor. After receipt of payment from contract purchases, the Vendor shall remit all administrative fees to the FSA CPP no later than 15 calendar days after the end of each quarter. All fees payable to the FSA CPP during any given quarter will be accompanied and supported by a quarterly report. Page 39 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions The administrative fee will remain payable to FSA CPP and no relief from payment of the administrative fee, nor any additional charge to recoup the administrative fee, will be permitted if a Vendor fails to incorporate the administrative fee in its bid pricing. The administrative fee should never be listed as a separate line item on any purchase order or invoice. The administrative fee is based on the total purchase order amount of new items. This fee excludes any value given to purchasers for trade-ins. Trade-ins, extended warranties and other exchanges will not reduce or impact the fee calculation. The ACH form for electronic payment or wiring of funds is included in Appendix C. It is the preference of FSA CPP that all payments be electronically paid and submitted. If ACH is not available, checks for the administrative fee can be sent to: Florida Sheriffs Association Cooperative Purchasing Program 2617 Mahan Drive Tallahassee, FL 32308 3.25 LIQUIDATED DAMAGES The Vendor warrants that the item supplied to the purchaser shall conform in all respects to the standards set forth and the failure to comply with this condition will be considered as a breach of contract. Any liquidated damages levied because of inadequacies or failures to comply with these requirements shall be borne solely by the Vendor responsible for same. Failure to submit the administrative fee with accompanying quarterly reports to FSA CPP within 15 calendar days following the end of each quarter may result in the imposition of liquidated damages. Vendors failing to submit administrative fees and/or quarterly reports will incur liquidated damages in the amount of $25 for each calendar day that fees and reports are past due, beginning on the 16`h day following the end of the quarter. If a civil action is initiated by the FSA to recover administrative fees or liquidated damages as set forth in this section, the prevailing party shall be entitled to its reasonable attorneys' fees and costs incurred in the litigation. The venue shall lie in the Circuit Court for the Second Judicial Circuit in and for Leon County, Florida. When quarterly reports are late, liquidated damages are to be included in Vendor's Quarterly Report and administrative fee submission. Liquidated damages that remain unpaid beyond 45 calendar days can result in FSA CPP, at its sole discretion, implementing contract compliance actions, including but not limited to, suspension, limited participation by specifications or zones, disqualification from future solicitations, or termination for cause pursuant to the Terms & Conditions. Schedule of Liquidated Damages Failure to submit quarterly report on time $25 per calendar day Failure to submit administrative fee on time $25 per calendar day Failure to report a Purchase Order to FSA CPP within 15 calendar days of the purchase order issue date $100 per Purchase Order Failure to Report Sales .0075 of the sales price plus 1.5% each month following the delivery date. Page 40 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Vendor agrees and acknowledges that its failure to take any of the actions specified in the above schedule will result in liquidated damages to this contract. Vendor agrees and acknowledges that these liquidated damages are not intended to be and do not constitute a penalty and that these amounts are reasonably calculated to compensate the FSA for the damages that it will incur as a result of the Vendor's failure to take the specified actions. Page 41 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Appendix A: Zone Map FSA CONTRACT ZONE MAP WESTERN WESTERN' &Y CALHOU7'.; DIXIE ESCAMBIA FRANKLIN GADSDEN J Homo JACKSON JEFFERSON LA ' m LEON LIBERTY M DE N KALOOSA O SANAma 7YQR WALTON WAKULL WASHINGTON CENTRAL BREVARD RS co m& HERNANDO HIGHLANDS' HILLSBOROUGH NDIAN RI R G} MANATEE ORANG OSCEOLA as wN , S POLK L 2E SARASOTA S ,we LE ±M ER NORTHERN &&mom BAKER BRADFORD CLAY COLUMBIA oU # FLAG m& @mez!! lAiyurrorq LEVY MARION NASNAL PUTNAM ST. r[INS S GamE UNION VO L SOUTHER BROWA RD CU#mE COLLIER GLADES HmDRY LEE MASK MIAMI -DAD M JN: i LM BEmil! g3o NORTHERN Page 42 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Appendix B. Bid Calendar FSA23-VEL31.0 Bid Calendar Task Date Invitation to Bid Announcement (ITB) 5/1/2023 & 5/15/2023 Voluntary Interested Bidder Workshop 6/13/2023 New Item Specification Requests Due 6/23/2023 Pre Bid Meeting 7/11/2023 Request for Clarifications Due to FSA 7/18/2023 FSA VendorLink Bidder Training 7/24/2023 Bid System Open 7/25/2023 Cone of Silence 7/25/2023 - 9/11/2023 Bid Submissions Due 8/30/2023 Public Bid Opening 9/1/2023 Bid Tabulations Posted 9/1/2023 Bid Evaluation 9/5/2023 - 9/8/2023 Intent To Award 9/11/2023 Final Award & Effective Date of New Contract 10/1/2023 FSA23-VEH21.0 Bid Calendar Task Date Invitation to Bid Announcement (ITB) 5/1/2023 & 5/15/2023 Voluntary Interested Bidder Workshop 6/14/2023 New Item Specification Requests Due 6/23/2023 Pre Bid Meeting 7/12/2023 Request for Clarifications Due to FSA 7/18/2023 FSA VendorLink Bidder Training 7/24/2023 Bid System Open 7/25/2023 Cone of Silence 7/25/2023 - 9/11/2023 Bid Submissions Due 8/30/2023 Public Bid Opening 9/1/2023 Bid Tabulations Posted 9/1/2023 Bid Evaluation 9/5/2023 - 9/8/2023 Intent To Award 9/11/2023 Final Award & Effective Date of New Contract 10/1/2023 Page 43 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions FSA23-EQU21.0 Bid Calendar Task Date Invitation to Bid Announcement (ITB) Voluntary Interested Bidder Workshop New Item Specification Requests Due Pre Bid Meeting Request for Clarifications Due to FSA FSA VendorLink Bidder Training Bid System Open Cone of Silence Bid Submissions Due Public Bid Opening Bid Tabulations Posted Bid Evaluation Intent To Award Final Award & Effective Date of New Contract 5/1/2023 & 5/15/2023 6/7&8/2023 6/23/2023 7/13/2023 7/18/2023 7/24/2023 7/25/2023 7/25/2023 - 9/11/2023 8/30/2023 9/1/2023 9/1/2023 9/5/2023 - 9/8/2023 9/11/2023 10/1/2023 Page 44 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Appendix C: ACH Payments TO: tall' Customers of the Florida Sheriffs Association SUBJECT: Florida Sheriffs Association is going psperiessl! Our association is pleased to announce the implementation of accepting;electronic payments from customers. If your age.ncy or company, k alale to pay via ACH' please consider adding the Florida Sheriffs Association to your list of vendors paid) uaa electronic payment. Florida Sheriffs, Association's Banking Information is as follows: checking Account Capital City Bank Routing Number: 0631.006S8 Account Number: 0011:M67001 Please email any payment remittance information to accountineeflsheriffs.arr;. If you choose to make ACH payments to the association, there is no additional charge. However, the information above can be used to pay with a wire transfer_ If you choose to pay via wire, there is a charge of $2.5 per wire that you will need to add to your payment. If you have any questions at all, please contact Trish Eldridge at teldrideepfisherriffsorg_ or call .1850) 554-5668_ Sincerely, Trish. Trdridge Director of Accounting and Finance Florida Sheriffs Association Page 45 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Appendix D: Federal Clauses Applicability of Third-Partv Contract Provisions* (Excluding micro -purchases, except Davis -Bacon requirements apply to construction contracts exceeding $2,000.) In addition to other provisions negotiated with purchasers placing federally funded purchase orders, Vendors must comply with the following provisions upon award of a federally funded purchase order: PROVISION Professional Services/A&E Operations/ Management Construction Materials & Supplies Equal Employment Opportunity All Davis -Bacon Act >$2,000 Copeland "Anti -Kickback" Act >$2,000 Contract Work Hours and Safety Standards Act >$100,000 >$100,000 >$100,000 >$100,000 Rights to Inventions Made Under a Contract or Agreement If the purchase order involves performance of experimental, developmental or research work If the purchase order involves performance of experimental, developmental or research work If the purchase order involves performance of experimental, developmental or research work If the purchase order involves performance of experimental, developmental or research work Clean Air Act >$150,000 >$150,000 >$150,000 >$150,000 Federal Water Pollution Control Act >$150,000 >$150,000 >$150,000 >$150,000 Debarment and Suspension All All All All Byrd Anti -Lobbying Amendment >$100,000 >$100,000 >$100,000 >$100,000 Procurement of Recovered Materials All All All All Prohibition on Certain Telecommunications and Video Surveillance Services or Equipment All All All All Domestic Preferences for Procurements All All All All *References to the code of regulations (CFR) or United States Code (USC) were accurate at the time of publication. It is the responsibility of the Bidder to ensure compliance is met of the referenced state and federal laws within the published rules. EQUAL EMPLOYMENT OPPORTUNITY: Except as otherwise provided under 41 CFR Part 60, all contracts that meet the definition of "federally assisted construction contract" in 41 CFR Part 60-1.3 must include the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, "Equal Employment Opportunity" (30 FR 12319, 12935, 3 CFR Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and implementing regulations at 41 CFR part 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor." The clause set forth in 41 CFR 60-1.4(b) is incorporated herein by reference. Vendor must comply with this clause and include this clause in all lower -tier federal assisted construction contracts. Page 46 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions DAVIS-BACON ACT, as amended (40 U.S.C. 3141-3148): When required by Federal program legislation, all prime construction contracts in excess of $2,000 awarded by non -Federal entities must include a provision for compliance with the Davis -Bacon Act (40 U.S.C. 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction"). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The non -Federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non -Federal entity must report all suspected or reported violations to the Federal awarding agency. The contracts must also include a provision for compliance with the Copeland "Anti -Kickback" Act (40 U.S.C. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"). The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non -Federal entity must report all suspected or reported violations to the Federal awarding agency. Vendors performing construction must comply with all applicable provisions of the Davis -Bacon Act and include this clause in all lower -tier subcontracts for construction. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (40 U.S.C., chapter 37): Vendor shall comply with Sections 102 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C., chapter 37), as supplemented by Department of Labor regulations (29 CFR part 5). (a) Overtime requirements. Neither Vendor nor any contractor or subcontractor contracting for any part of the purchase order work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (b) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in Paragraph 15(a), Vendor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, Vendor or such subcontractor shall be liable to the United States (in the case of work done under the Contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in Paragraph 15(a), in the sum of $29 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in Paragraph 15(a) of this section. (c) Withholding for unpaid wages and liquidated damages. Purchaser shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by Vendor or a subcontractor under the purchase order or any other Federal contract with Purchaser, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by Purchaser, such sums as may be determined to be necessary to satisfy any liabilities of Vendor or its subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in Paragraph (a). (d) Subcontracts. Vendor shall insert in any subcontracts over $100,000 for construction and other purposes that involve the employment of mechanics or laborers, the clauses set forth in Paragraphs (a) through (d) and also a clause requiring the subcontractors to include these clauses in any lower -tier subcontracts. RIGHTS TO INVENTIONS MADE UNDER A CONTRACT OR AGREEMENT: If the Federal award meets the definition of "funding agreement" under 37 CFR § 401.2 (a) and the recipient or subrecipient wishes to enter into a contract with Page 47 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that "funding agreement," the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. Vendor shall comply with these requirements when performing a purchase order involving experimental, developmental or research work and flowdown this clause to lower -tier subcontractors performing such work. CLEAN AIR ACT (42 U.S.C. 7401 et seq.) and the FEDERAL WATER POLLUTION CONTROL ACT (33 U.S.C. 1251 et seq.), as amended: Vendor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401 et seq.) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251 et seq.). Violations shall be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). Vendor shall comply with the requirements of Clean Air Act and the Federal Water Pollution Control Act and include this clause in all lower -tier subcontracts with a value over $150,000. DEBARMENT AND SUSPENSION (E.O.s 12549 and 12689): By accepting or performing this purchase order, Vendor certifies that it is not identified in the Exclusions area of the System for Award Management as being currently debarred, suspended, proposed for debarment, or otherwise excluded ("SAM Exclusion"). Vendor shall obtain similar certifications from its lower -tier subcontractors for each subcontract in excess of $25,000 and Vendor shall not award lower -tier subcontracts in excess of $25,000 to an entity subject to a SAM Exclusion. LOBBYING RESTRICTIONS (31 U.S.C. 1352): By accepting or performing this purchase order, Vendor certifies that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Vendor shall also disclose to Purchaser any lobbying with non -Federal funds that takes place in connection with obtaining any Federal award or contract. Vendor shall flow down this clause and require this certification for lower -tier subcontractors with a subcontract of $100,000 or more. Vendor shall provide its disclosure and all disclosures received from lower -tier subcontractors to Purchaser. PROCUREMENT OF RECOVERED MATERIALS: A non -Federal entity that is a state agency or agency of a political subdivision of a state and its contractors must comply with section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. Vendor shall comply with this clause and include this clause in all lower -tier subcontracts. PROHIBITION ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT: (a) Recipients and subrecipients are prohibited from obligating or expending loan or grant funds to: (1) Procure or obtain; (2) Extend or renew a contract to procure or obtain; or (3) Enter into a contract (or extend or renew a contract) to procure or obtain equipment, services, or systems that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. As described in Public Law 115- 232, section 889, covered telecommunications equipment is telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities). Page 48 i FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions (i) For the purpose of public safety, security of government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities). (ii) Telecommunications or video surveillance services provided by such entities or using such equipment. (iii) Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of the National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country. (b) In implementing the prohibition under Public Law 115-232, section 889, subsection (f), paragraph (1), heads of executive agencies administering loan, grant, or subsidy programs shall prioritize available funding and technical support to assist affected businesses, institutions and organizations as is reasonably necessary for those affected entities to transition from covered communications equipment and services, to procure replacement equipment and services, and to ensure that communications service to users and customers is sustained. (c) See Public Law 115-232, section 889 for additional information. DOMESTIC PREFERENCES FOR PROCUREMENTS: (a) As appropriate and to the extent consistent with law, the non -Federal entity should, to the greatest extent practicable under a Federal award, provide a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States (including but not limited to iron, aluminum, steel, cement, and other manufactured products). Vendor agrees to comply with the requirements of this clause and include the requirements of this clause in all subawards including all contracts and purchase orders for work or products under this award. (b) For purposes of this section: (1) "Produced in the United States" means, for iron and steel products, that all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States. (2) "Manufactured products" means items and construction materials composed in whole or in part of non- ferrous metals such as aluminum; plastics and polymer -based products such as polyvinyl chloride pipe; aggregates such as concrete; glass, including optical fiber; and lumber. Page 49 FLORIDA \ % SHERIFFS ASSOCIATION \ COOPERATIVE PURCHASING PROGRAM FSA23-VEH21.0: Heavy Trucks and Buses Item Group Descriptions Item Groups Summary All bid items shall be built to manufacturer base specifications for the item or model number indicated and shall include all standard manufacturer equipment unless otherwise specified. If not already included in manufacturer base specifications, all vehicles shall include air conditioning. When requested by the purchaser, vendors must submit detailed specifications for the item and options offered. Vendors are responsible for providing a chassis (including front axle, rear axle, wheels, and tires) of sufficient GVWR to safely accommodate all options selected by the purchaser. In all areas of these specifications, bidders must comply with current Federal Motor Vehicle Safety Standards (FMVSS, where applicable), and National Highway Traffic Safety Administration (NHTSA) standards. Buses • Buses Electric: 19 to 20 Passenger Capacity Range, Van -Type Cutaway Chassis • Buses Electric: 20 to 52 Passenger Capacity Range, Conventional -Type Chassis • Buses Electric: 44 To 80 Passenger Capacity Range, Commercial -Type Chassis • Buses: 14 to 25 Passenger Capacity Range, Van -Type Cutaway Chassis • Buses: 20 to 52 Passenger Capacity Range, Conventional Truck -Type Cutaway Chassis • Buses: 33 to 54 Passenger Capacity Range, Commercial -Type, Rear Engine Chassis • Buses: 36 to 52 Passenger Capacity Range, Commercial -Type, Front Engine Chassis Cab and Chassis Trucks • Cab and Chassis Trucks Electric: 54,000 lbs. GVWR 4x6 Semi Tractor • Cab and Chassis Trucks Electric: Tilt Cab 26,000 lbs. GVWR (DRW) 4x2 • Cab and Chassis Trucks Electric: Conventional Cab 33,000 lbs. GVWR (DRW) 4x2* • Cab and Chassis Trucks: 17,500 lbs. GVWR (DRW) 4x2 • Cab and Chassis Trucks: 17,500 lbs. GVWR (DRW) 4x4 • Cab and Chassis Trucks: 25,500 lbs. GVWR (DRW) 4x2 • Cab and Chassis Trucks: 30,000 lbs. GVWR (DRW) 4x2 • Cab and Chassis Trucks: 52,000 lbs. GVWR Semi Tractor 4x6 • Cab and Chassis Trucks: 52,000 lbs. GVWR Truck 4x6 • Cab and Chassis: Tilt Cab (DRW) 4x2 • Mobile Command Unit/Critical Response Unit • Refuse Truck Electric: 60,000 lbs. GVWR 4x6 (cab and chassis only) • Refuse Truck: 60,000 lbs. GVWR 4x6 (cab and chassis only) • Refuse Truck: Compact 9.5 Cubic Yds. Self -Loading Refuse Truck • Tactical Armored Vehicles • Terminal Tractor* /r10R1D\/ HRIFFS ASSOCIATIO COOPERATIVE PURCHASING PROGRAM \ FSA23-VEH21.0: Heavy Trucks and Buses Item Group Descriptions * Indicates new item group FLORIDA \\ SHERIFFS ASSOCIATION COOPERATIVE PURCHASING PROGRAM Q4,. FSA23-VEH21.0: Heavy Trucks and Buses Item Group Descriptions Buses Electric: 19 to 20 Passenger Capacity Range, Van -Type Cutaway Chassis FSA Item Group Description • Electric Motor: 160 kW, 215 hp minimum • Batteries: 68 kW minimum • GVWR: 14,500 lbs. (approximate, sized to meet passenger capacity) • Passenger Seating: Seating for 19 passengers minimum 2 FLORIDA / SHERIFFS ASSOCIATION \\ COOPERATIVE PURCHASING PROGRAM te M4, tit; FSA23-VEH21.0: Heavy Trucks and Buses Item Group Descriptions Buses Electric: 20 to 52 Passenger Capacity Range, Conventional -Type Chassis FSA Item Group Description • Electric Motor: 230 kW, 315 hp minimum • Batteries: 155 kW battery capacity minimum • GVWR: 23,500 lbs. (approximate, sized to meet passenger capacity) • Passenger Seating: Seating for 20 passengers minimum FLORIDAN\ SHERIFFS ASSOCIATION COOPERATIVE PURCHASING PROGRAM FSA23-VEH21.0: Heavy Trucks and Buses Item Group Descriptions Buses Electric: 44 To 80 Passenger Capacity Range, Commercial -Type Chassis FSA Item Group Description • Electric Motor: 230 kW, 315 hp • Batteries: 155 kW battery capacity (approximate) • GVWR: 36,000 lbs. (approximate, sized to meet passenger capacity) • Passenger Seating: Seating for 44 passengers minimum FLORIDA\ / SHERIFFS ASSOCIATION \ \ COOPERATIVE PURCHASING PROGRAM FSA23-VEH21.0: Heavy Trucks and Buses Item Group Descriptions Buses: 14 to 25 Passenger Capacity Range, Van -Type Cutaway Chassis FSA Item Group Description • Engine: Gas • Transmission: Automatic • GVWR: 10,350 Ibs. (approximate, sized to meet passenger capacity) • Passenger Seating: Seating for 14 passengers minimum FLORIDA N\ 7----- SHERIFFS ASSOCIATION COOPERATIVE PURCHASING PROGRAM FSA23-VEH21.0: Heavy Trucks and Buses Item Group Descriptions Buses: 20 to 52 Passenger Capacity Range, Conventional Truck -Type Cutaway Chassis FSA Item Group Description • Engine: 240 hp minimum, 6 -cylinder diesel • Transmission: Allison (or equivalent) 6 -speed automatic • GVWR: 23,500 lbs. (approximate, sized to meet passenger capacity) • Passenger Seating: Seating for 20 passengers minimum FLORIDA�� 7 / SHERIFFS ASSOCIATION \ �, COOPERATIVE PURCHASING PROGRAM FSA23-VEH21.0: Heavy Trucks and Buses Item Group Descriptions Buses: 33 to 54 Passenger Capacity Range, Commercial -Type, Rear Engine Chassis FSA Item Group Description • Engine: 240 hp minimum, 6 -cylinder diesel • Transmission: Allison (or equivalent) 5 -speed automatic • GVWR: 36,000 lbs. (approximate, sized to meet passenger capacity) • Passenger Seating: Seating for 33 passengers minimum FLORIDA \ / SHERIFFS ASSOCIATION \ COOPERATIVE PURCHASING PROGRAM FSA23-VEH21.0: Heavy Trucks and Buses Item Group Descriptions Buses: 36 to 52 Passenger Capacity Range, Commercial -Type, Front Engine Chassis FSA Item Group Description • Engine: 240 hp minimum, 6 -cylinder diesel • Transmission: Allison (or equivalent) 5 -speed automatic • GVWR: 36,000 lbs. (approximate, sized to meet passenger capacity) • Passenger Seating: Seating for 36 passengers minimum FLORIDA SHERIFFS ASSOCIATION \ COOPERATIVE PURCHASING PROGRAM FSA23-VEH21.0: Heavy Trucks and Buses Item Group Descriptions Cab and Chassis Trucks Electric: 54,000 lbs. GVWR 4x6 Semi Tractor FSA Item Group Description • Electric Motor: 340 kW, 455 hp minimum • Transmission: 2 -speed transmission, differential mounted • Batteries: 375 kW storage capacity, frame mounted • GVWR: 54,000 Ibs. �7;17.0RIDA HERIFFS ASSOCIATION \ COOPERATIVE PURCHASING PROGRAM FSA23-VEH21.0: Heavy Trucks and Buses Item Group Descriptions Cab and Chassis Trucks Electric: Tilt Cab 26,000 lbs. GVWR (DRW) 4x2 FSA Item Group Description • Electric Motor: 250 kW, 355 hp minimum • Transmission: Manufacturer's standard automatic transmission • Batteries: 282 kW storage capacity • GVWR: 26,000 Ibs. FLORIDA / 7 SHERIFFS ASSOCIATIONS COOPERATIVE PURCHASING PROGRAM FSA23-VEH21.0: Heavy Trucks and Buses Item Group Descriptions Cab and Chassis Trucks Electric: Conventional Cab 33,000 lbs. GVWR (DRW) 4X2 FSA Item Group Description • Electric Motor: 260 hp (peak) 185 (continuous) • Transmission: Direct drive (no transmission) • Batteries: 210 kW battery pack • GVWR: 33,000 Ibs. /FLoRA ID\HERIFFSASSOCIATI COOPERATIVE PURCHASING PROGRAM FSA23-VEH21.0: Heavy Trucks and Buses Item Group Descriptions Cab and Chassis Trucks: 17.500 Ibs. GVWR (DRW) 4x2 FSA Item Group Description • Engine: Diesel engine, minimum 190 hp • Transmission: Manufacturer's standard automatic transmission • GVWR: 17,500 Ibs. FLORIDA\ \ / 7 SHERIFFS ASSOCIATION \ COOPERATIVE PURCHASING PROGRAM ', ¥ FSA23-VEH21.0: Heavy Trucks and Buses Item Group Descriptions Cab and Chassis Trucks: 17,500 Ibs. GVWR (DRW) 4x4 FSA Item Group Description • Engine: Diesel engine, minimum 190 hp • Transmission: Manufacturer's standard automatic transmission • GVWR: 17,500 Ibs. FLORIDA\ j SHERIFFS ASSOCIATION � COOPERATIVE PURCHASING PROGRAM FSA23-VEH21.0: Heavy Trucks and Buses Item Group Descriptions Cab and Chassis Trucks: 25,500 lbs. GVWR (DRW) 4x2 FSA Item Group Description • Engine: Diesel engine, minimum 200 hp • Transmission: Manufacturers standard automatic transmission or approved equivalent (with PTO provision) • GVWR: 25,500 Ibs. FLORIDA'\ / SHERIFFS ASSOCIATION \ \\ COOPERATIVE PURCHASING PROGRAM FSA23-VEH21.0: Heavy Trucks and Buses Item Group Descriptions Cab and Chassis Trucks: 30,000 lbs. GVWR (DRW) 4x2 FSA Item Group Description • Engine: Diesel engine, minimum 200 hp • Transmission: Manufacturers standard automatic transmission or approved equivalent (with PTO provision) • GVWR: 30,000 Ibs. FLORIDA / SHERIFFS ASSOCIATION \ ,\,l COOPERATIVE PURCHASING PROGRAM FSA23-VEH21.0: Heavy Trucks and Buses Item Group Descriptions Cab and Chassis Trucks: 52,000 lbs. GVWR Semi Tractor 4x6 FSA Item Group Description • Engine: 350 hp 6 -cylinder diesel engine, manufacturer's 11L minimum • Transmission: 10 -speed manual with OD or approved equivalent • GVWR: 52,000 Ibs. 7 FLORIDA \\\ /7 / SHERIFFS ASSOCIATION \ 1 COOPERATIVE PURCHASING PROGRAM FSA23-VEH21.0: Heavy Trucks and Buses Item Group Descriptions Cab and Chassis Trucks: 52,000 lbs. GVWR Truck 4x6 FSA Item Group Description • Engine: 350 hp 6 -cylinder diesel engine, manufacturer's 11L minimum • Transmission: 10 -speed manual with OD or approved equivalent • GVWR: 52,000 Ibs. FLORIDA \_� / / SHERIFFS ASSOCIATION COOPERATIVE PURCHASING PROGRAM FSA23-VEH21.0: Heavy Trucks and Buses Item Group Descriptions Cab and Chassis: Tilt Cab (DRW) 4x2 FSA Item Group Description • Engine: Manufacturer's standard diesel engine • Transmission: Manufacturer's standard automatic transmission • GVWR: 12,000 Ibs. FLORIDA \\ SHERIFFS ASSOCIATION \ \ COOPERATIVE PURCHASING PROGRAM FSA23-VEH21.0: Heavy Trucks and Buses Item Group Descriptions Mobile Command Unit/Critical Response Unit FSA Item Group Description • Manufacturer's standard equipment and specifications, and if not included, manufacturer installed power windows, power door locks, key FOB keyless entry. Must meet all FDOT and FMVSS safety standards. /' / FLORIDA �\ SHERIFFS ASSOCIATION \ COOPERATIVE PURCHASING PROGRAM FSA23-VEH21.0: Heavy Trucks and Buses Item Group Descriptions Refuse Truck Electric: 60,000 lbs. GVWR 4x6 (cab and chassis only) FSA Item Group Description • Motor: Electric powered with the OEM recommended electric motor(s) for this application with no less than a 350kW rating • Batteries: Largest available battery for model bid, electric charging system on the truck must be SAE J1772 compliant • GVWR: 60,000 Ibs. (FLORIDA N\ / SHERIFFS ASSOCIATION COOPERATIVE PURCHASING PROGR AM FSA23-VEH21.0: Heavy Trucks and Buses Item Group Descriptions Refuse Truck: 60,000 lbs. GVWR 4x6 (cab and chassis only) FSA Item Group Description • Engine: 300 hp 6 -cylinder diesel engine, manufacturer's 11L minimum • Transmission: Allison 4500 RDS automatic transmission • GVWR: 60,000 Ibs. FLORIDA \• SHERIFFS ASSOCIATION \ �\ COOPERATIVE PURCHASING PROGRAM FSA23-VEH21.0: Heavy Trucks and Buses Item Group Descriptions Refuse Truck: Compact 9.5 Cubic Yds. Self -Loading Refuse Truck FSA Item Group Description • Engine: 70 hp diesel engine, EPA compliant • Transmission: Hydrostatic transmission, four-wheel drive • GVWR: 12,900 Ibs. FLORIDA \, SHERIFFS ASSOCIATION COOPERATIVE PURCHASING PROGRAM FSA23-VEH21.0: Heavy Trucks and Buses Item Group Descriptions Tactical Armored Vehicle FSA Item Group Description • Engine: 6.71V-8 Turbo diesel, 330 hp • Transmission: 10 -speed automatic TorqShift with OD • GVWR: GVWR sized to built vehicle (19,500 lbs. approximate) FLORIDA �. SHERIFFS ASSOCIATION \ �\ COOPERATIVE PURCHASING PROGRAM FSA23-VEH21.0: Heavy Trucks and Buses Item Group Descriptions Terminal Tractor FSA Item Group Description • Engine: 173 hp diesel engine • Transmission: 7 -speed automatic (6 forward, 1 reverse) FSA Item 11 Options added to Base Bus 22911 International Deisel Chassis Cummins ISB 240 HP Allison 2500 $23,621.00 22001 FRP on Rear wall, Grey $390.00 22000 FRP on Ceiling, Grey $957.00 26451 Trans Air AC 125K BTU TA7733 Super 13 Dual Compressor $24,452.00 20083 65K BTU Floor Mounted Heater (X2) $1,588.00 2871 Install Front Destination Sign Window $865.00 2872 Install Side Destination Side Window $489.00 8810 Door Activated Interior Lights $71.00 8287 Delux AM/FM/CD Radio PA Ready $581.00 99 PA System w/hand mic connected to Radio $298.00 20206 Double WC Door w/Windows $1,772.00 20227 Braun Lift Century (34"X54") $13,221.00 20390 Fast !del w/Interlock- Intermotive IC $3,452.00 8689 C0Straint Wheelchair Tie Downs Max Retractor (X2) $2,438.00 20267 Back Up Alarm 97dba $99.00 99 Ceiling Grab Rail (Both Sides) $461.00 8130 1 1/4" Entrance Grab Rail (both sides) $184.00 20301 Stanchion Modesty Panel Behind Driver $248.00 8067 Mid High Double Seat (X8) $8,616.00 20320 Flip Seat, Double Freedman Mid High (X2) $3,416.00 2336 Foldaway Seat Mid High Bench Seat $2,190.00 2311 Anti -Vandal Grab Handles Aisle seats (X17) $1,564.00 Total $90,973.00 30 Years! j FLORIDA SHERIFFS ASSOCIATION COOPERATIVE PURCHASING PROGRAM What is the Florida Sheriffs Association Cooperative Purchasing Program (CPP)? What is the Cooperative Purchasing Program? The Florida Sheriffs Association's (FSA) Cooperative Purchasing Program (CPP) provides streamlined purchasing and very competitive prices for sheriffs and other government agencies. The program provides a statewide purchasing contract for vehicles and equipment, from the top manufacturers in the industry. Purchasers can identify their item needs, directly contact the awarded vendor, and order at a pre -negotiated price with ease. The CPP team handles all bids and contract management, so you don't have to. In addition to sheriff's offices, which organizations can purchase off the contracts? The contracts are available to any unit of local government, political subdivision or agency of the State of Florida. This includes, but is not limited to counties, municipalities, sheriffs' offices, clerks, property appraisers, tax collectors, supervisors of elections, school boards or districts, water management districts, police and fire departments, emergency response units, state universities and colleges, or other state, local or regional government entities within the State of Florida. In addition, contracts are available to other entities approved by manufacturers to purchase off the contracts, including out of state sales. What types of vehicles are available? Vehicles offered include pursuit and administrative vehicles, pick-up trucks, SUVs, electric & hybrid vehicles, motorcycles, and heavy truck cab and chassis (up to 60,000Ibs GVWR). Vehicles can be upgraded, downgraded, or built out to fit the needs of the purchaser. What if I know what I need for my organization, but I do not know if it is on the contract or how to customize the item? CPP offers personalized pre -purchase consultations to guide purchasers' step by step through the base models and what options best meet your needs. Contact Ray Griffin: rgriffinPfisheriffs.org or at 904-891-6618. What types of equipment are available? While new items are added during each new contract bid process, some of our most popular equipment purchases are: tires, fire trucks and ambulances, electric power charging stations, trailers, lifts, loaders, excavators, tractors, generators, pumps, roadway advisory boards, and off -road utility vehicles. If there is an item, you need but can't find contact the CPP team at CPPPFISheriffs.org Where do I find the items offered on each contract? • FSA23-EQU21.0: Heavy Equipment • FSA23-VEH21.0 Heavy Trucks and Buses • FSA23-VEL31.0 Pursuit, Administrative, and Other Vehicles 30 Years! FLORIDA \ SHERIFFS ASSOCIATION COOPERATIVE PURCHASING PROGRAM What is the Florida Sheriffs Association Cooperative Purchasing Program (CPP)? • FSA23-VEF17.0: Fire & Rescue Vehicles, Boats & Equipment • FSA22-TRS24.0: Tires • FSA22-PWR1.0: Electric Vehicle (EV) Charging. Other Power Stations. Other Related Equipment & Software Can I use federal or state grant funds to purchase off your contract? As of August 2023, four (4) of the CPP contracts have incorporated federal and state procurements requirements for FEMA, FHWA, and the Department of Transportation. The contracts eligible for this are: FSA23-VEL31.0: Pursuit, Administrative, and Other Vehicles; FSA23-VEH21.0: Heavy Trucks and Buses; FSA23-EQU21.0: Equipment; and FSA23-VEF17.0: Fire & Rescue Vehicles, Boats, & Equipment . The vendors not participating for this offering to our purchasers are identified with an asterisk in the Vendor Directory. As we advertise new bids, we will continue to incorporate these requirements in all contracts. What are the steps for ordering from the FSA contract? 1. Select the appropriate contract 2. Locate the item group for your purchase on the contract page. Each group provides a drop -down list of all items by expanding the group bar by selecting the arrow to the left of the group name. 3. If options need to be added to the base item, locate the options sheet that corresponds to the awarded vendor using the "Options" link on the item award page. All options must be discounted, and proof of discounts can be requested from the vendor. 4. Contact the awarded vendor for your zone to request a quote using the Vendor Directory located just under the CPP logo on each contract page. While it is recommended that agencies purchase from awarded vendors within their zone, purchasers may elect to utilize a purchaser from a different zone. 5. Issue a purchase order to the vendor, that should include: a. Awarded vendor name and address per contract b. The contract number and title c. Item number and vehicle description d. Purchaser's federal identification number e. Name, phone number and email address for the point of contact at the purchasing agency 6. Forward an executed copy of the purchase order to coop@flsheriffs.org. What if I ordered from a vendor, but their price quote does not match with the award price posted on the FSA website? Please contact our CPP team at CPP@ FLSheriffs.org if you run into any issues or have questions.